Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2006 FBO #1789
SOLICITATION NOTICE

25 -- Quantity of one (1) 10 ton Single Axle Slingshot, Trailer, Booster and a Quantity of one (1) 40 ton Tandem Axle, Low Profile Jeep.

Notice Date
10/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R06T1003
 
Response Due
10/24/2006
 
Archive Date
12/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Solicitation Number: W9124R-06-T-1003 Response Date: October 24, 2006 at 3:00PM Mountain Standard Time (MST) Technical Questions: October 20, 2006 at 3:00PM Mountain Standard Time (MST) This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented w ith additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotation (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Ac quisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offe r. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13 and Class Deviation 2005-o0001 dated 28 September 2006 and Defense Federal Acquisition Regulation (DFAR) Supplement, current to DCN 20061004 edition. The awarded contract will be firm fixed price. It is anticipated that payment will be made by Government Visa Credit Card. Offerer shall account for any costs associated with accepting credit card payment in the submitted quotation. This commercial item acquisition is being solicited as 100% small business set-aside. The North American Industry Classification System (NAICS) is 423110 with a size standard of 500 employees. All prospective offerors must be actively registere d in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The quotation shall consist of Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description: Aspen 40 Ton Tandem Axle, Low Profile Jeep, Part Number: JT40-2LP and Contract Line Item Number (CLIN) 0002, Quantity: 1, Unit of Issue: Each, Description: Aspen 10 Ton Single Axle Slingshot, Trailer, Booster, Part Number: TD10-1A. Both the Salient Characteristics and CSS are located at the U.S. Army Contracting Agency Yuma web site at: http://www.yuma.army.mil/contracting /rfp.html. All quotations shall include transportation costs to the Cold Region Testing Center (CRTC), Bldg 60 5, (Fort Greely) Delta Junction, Alaska 99737. All quotations shall be clearly marked with Request for Quotation referencing number W9124R-06-T-1003 and emailed to christina.mokrane@yuma.army.mil or sent by facsimile to October 24, 2006 at 3:00PM Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to christina.mokrane@yuma.army.mil no later than October 20, 2006 at 3:00PM Mountain Standard Time (MST). Offerors that fail to furnish required represent ations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to t his acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Jan 2006) and FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (March 2005) with Alternate I (Apr 2002). ( Note: In order to complete th e Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete) An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov . FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) apply to this acquisition, addendas attached are: FAR 52.247-34 FOB Destination (Nov 1991). Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), award will be made on a best value basis and the Government reserves the right to award to other than the lowest offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) past performan ce, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals will be reviewed for compliance with the Performance Speci fications. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Price will then be evaluated for offerors whose technical proposal and past performance that have been determined acceptable. Unrea sonable prices or a history of poor performance can make the most meritorious technical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past p erformance information on at least three other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Pho ne Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Aug 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Di sabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other E ligible Veterans (Dec 2001),52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2006) applies to this acquisition, and specifically 252.225-7001 Buy American Act Trade A greements Balance of Payments Program (Jun 2005) and 252.232-7003 Electronic Submission of Payment Requests (May 2006). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Chri stina Mokrane via email to christina.mokrane@yuma.army.mil or by facsimile (928) 328-6849 for notification of amendments. See Note 22 with the exception that the time period for the receipt of proposals for consideration is 6 days instead of 45 days.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01167265-W 20061020/061018220541 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.