Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2006 FBO #1847
SOLICITATION NOTICE

U -- Parts, accessories, and Operations and Maintenance training on Government owned Ultimate Building Machine Model 240

Notice Date
12/15/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297407T3000
 
Response Due
12/19/2020
 
Archive Date
1/18/2021
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice, and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses in effect through FAC 2005-14. Solicitation number M62974-07-T-3000 is issued as a Request for Quotation (RFQ). Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or a de rivative of that word appears, it is changed to quote or a derivative of that word. Where the word proposal or a derivative of that word appears, it is changed to quote or a derivative of that word. Nuimbered Note 1 applies. This acquisition is 100% small business set aside. The NAICS classification code is 333120 and the small business size standard is 750 employees. Items are as follows: CLIN 0001. Provide two (2) factory authorized Technical Support Specialists for a 12 days Operations Training at Yuma AZ for 20 trainees on the UBM-240. Training shall begin no later than 15 January 2007. Contractor shall provide all associated travel costs. CLIN 0002: Provide one (1) factory authorized Technical Support Specialist for a five day Maintenance Training at Yuma AZ for up to 10 trainees on the UBM-240. Training shall take place consecutively to Operations Training provided under CLIN 0001. Contractor shall provide all associated travel costs. CLIN 0003: 1 ea Prosoft So ftware, Version 8.2, for UBM-240, utilizing Windows protocol. CLIN 00 04: 1 ea Pre-Seamer,110 volt, for UBM-240, Machine No. J99061 1DD. CLIN 0005: 3 ea Seamer Upgrade Kits with rollers, for UBM-240, Machine No. J99061 1DD. CLIN 0006: 3 ea Seamer Motor Cords for UBM-240, Machine No. J99061 1DD. CLIN 0007: 3 ea Switch, 110 volt for UBM-240 Machine, No. J99061 1DD. CLIN 0008: 1 ea Handle Arm for UBM-240, Machine No. J99061 1DD. CLIN 0009: 2 ea Measuring Wheels, Knurled, for UBM-240, Machine No. J99061 1DD. CLIN 0010: 1 ea Curver Meas/Prox Jumper Harness for UBM-240, Machine No. J99061 1DD. Required delivery date is 15 January 2007. Quotes are solicited FOB destination MCAS Yuma AZ. Inspection and acceptance will be at destination. All vendors submitting a quote are notified that you must be active in the Central Contractor Register database to be considered for award. The website for registration is www.ccr.gov. The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52 .212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following applicable clauses under Para (b): (5) (i) 52.219-6, Notice of Total Small Business Set-Aside, (14) 52.222-3, Convict Labor, (15) 52,222-19 Child Labor-Cooperation with Authorities and Remedies, (16) 52.222-21 Prohibition of Segregated Facilities, (17) 52.222-26 Equal Opportunity, (18) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (19) 52.222-36 Affirmative Action for Workers with Disabilities, (20) 52.222037, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, and (31) 52.232-33 Payment by Electronic Funds Trransfer-Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Cond itions Required to Implement Statutes or Executive Orders Applicable t o Defense Acquisition of Commercial Items, with the following applicable clauses for Para (b): DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program, DFARS 252.211-7003 Item Identification and Valuation, and DFARS 252.232-7003 Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, invoices under this order will be submitted electronically. This office, and the Marine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. Defense Priorities and Allocations System rating for this acquisition is DO-C9E. The Government will award a firm fixed price contract resulting from this Request for Quotation based on lowest priced technically acceptable offer. Award will be on an all or none basis. All responsible business sources may submit a quote which shall be considered by the agency. Only written quotes are acceptable and must be received and i dentified by RFQ M62974-07-T-3000 by 2:00 PM (PT) on 19 DEC 2006. Parties wishing to respond to this solicitation shall provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS Number, Tax Identification Number, full name and phone number of vendor?s point of contact, and a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Clauses may be obtained at web site http://farsite.hill.af.mil. Quotes may be submitted via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Sharon Hutchins. FEDEX quotes may be submitted to I&L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Sharon Hutchins. Quotes may be submitted to Sharon Hutchins via fax at 928-269-2287. Offerors bear the burden of ensuring that all pages of the quote reach the designated office befor e the deadline specified in this solicitation
 
Record
SN01197660-W 20061217/061215223030 (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.