Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2007 FBO #1958
SOLICITATION NOTICE

23 -- Trailer

Notice Date
4/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-07-T-0036
 
Response Due
4/12/2007
 
Archive Date
6/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The North American Industrial Classification System Code (NAICS) is 336212 and the size standard is 500 employees. This proc urement is a 100% Set-aside for Small Business. Any brand names or trade names used in the RFQ specifications are for the purpose of describing and establishing standards of quality and performance and characteristics desired. Such brand names or trade n ames are not intended to limit or restrict competition. Interested parties may submit a quote for products substantially equivalent to those specified unless the RFQ expressly provides that only a particular brand or product is acceptable. All proposed b rand, or product, substitutions shall be subject to review and approval; full specifications of substitutes are required to be submitted with the quotation. The pricing must be quoted as follows: Contract Line Item (CLIN) 0001- Trailer- Salient Characteristics- 7000 LB GVWR, Tandem Axle, 16 Landscape trailer, minimum 81.5 usable bed width, 2 x 6 treated wood deck, 30 Pintle Ring removable and height adjustable hitch, drop leg jack, hydraulic sur ge braking system, Axle 12 x 2 brake shoes on all wheels, Construction ? angle and channel steel, Cross members minimum 24 on center, Gate 4 width, Axle end lubrication without requiring disassembly, Radial Tires minimum ST 205 75R 15, Completely Painte d Frame, 24 volt 2500lb plate mounted winch, DOT approved lighting system with the ability to run on 12 volts and 24 volts, completely wired all the up to the tongue, Government will install wire harness the contractor is to supply color coded wires with w ire harness installation instructions. Delivered to Fort Drum....................................................................... CLIN........Quantity.......Units.......UnitPrice........TotalPrice.............. 0001.........6..................Each..... ...$_______.......$_______.................. This RFQ document incorporates Federal Acquisition Regulation (FAR) provisions and clauses current through Federal Acquisition Circular number 2005-15, Effective 12 Feb 2007. Interested parties can view and dow nload all of the referenced provisions and clauses at the following internet address: http://farsite.hill.af.mil/. The follow Clauses and Provisions apply to this acquisition: The FAR Provision at 52.252-1, Solicitation Provisions Incorporated by Refere nce and the FAR Clause 52.252-2, Clauses Incorporated by Reference, apply to this acquisition. The FAR Clauses at 52.204-7 -- Central Contractor Registration(CCR), (interested parties are required to be registered in the CCR database which is located at t he following internet address: http://www.bpn.gov.), the FAR Provisions 52.204-8 Annual Representation and Certification (interested parties are required to input their Representations and Certifications into the online representations and certifications a pplication (ORCA) database which is located at the following internet address: http://www.bpn.gov.), 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors, 52.212-2 - Evaluation-Commercial Items (the following factors shall be used to evaluate o ffers: 1. Ability of item specifications to meet or exceed the governments minimum needs, 2. Price); 52.212-3 Offeror Representations and Certifications. The FAR Clauses at 52.212-4, Contract Terms and conditions  Commercial Items, 52.212-5, Contract T erms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items. The following FAR Clauses cited within 52.212-5 are applicable to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222 -21, 52.222-26, 52.222-35, 52.222-36, 52.225-13, and 52.232-33. The RFQ document also incorporates the Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses current to DCN 20070212 Edition. Interested parties can view and download all of the referenced provisions and clauses at the following internet address: http://farsite.hill.af.mil/. The DFAR Clause at 252.204-7004 Alt A, DFAR Provision 252.212-7000 Offeror Representations and Certifications--Commercial Items, and DFAR Clause 252.212-7001, Contract Terms and Conditions Required to Imple ment Statutes or Executive Orders  Commercial Items, apply to this acquisition. The following DFAR Clauses cited within 252.212-7001 are applicable to this acquisition: 252.225-7001, 252.232-7003, and 252.247-7023. All offers are due to Directorate of Contracting, BLDG T-45 West Street, Fort Drum, New York 13602 NLT 12-APR-2007 at 1200 hours. The bidder must include the solicitation number on each page of the offers. Quotes may be supplied via fax at 315-772-8277 o r via e-mail at anthony.sligar@us.army.mil. Email is preferred. Note: Completion of the CCR and ORCA are mandatory requirements for award. Failure of interested parties to complete these requirements will make quoters ineligible for award. Offerors must fill in required sections of FAR Provision 52.204-8 and DFAR Provision 252.212-7000 return it with their offer.
 
Place of Performance
Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
Country: US
 
Record
SN01267235-W 20070407/070405221015 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.