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 -- 20 Ton Dump Truck (Used)

Notice Date
4/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67VJX-7084-0099
 
Response Due
4/30/2007
 
Archive Date
6/29/2007
 
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. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-15. This will be a 100% Small Business Set Aside acquisition under North American Indus try Classification System Code 423810, with a small business size standard of 100 employees. SPECIFICATIONS: One (1) used 20 ton dump truck; 4 axle; 1 lift axle; 2001 or newer; not more than 150,000 miles; 10 speed; air brakes; jake brake; truck bed; dual fuel tanks; wheel lock; differential lock; walking beam suspension; air conditioning; steel frame; locking gate at bottom; reinforced chassis; 40,000 lb. rear axle capacity; 18,000 lb front axle rating; not less than 450 HP; automatic transmission preferred. Pup trailer ready (option). This truck will be used on dirt roads to haul rock, sub-bas e, dirt and road base. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated either by reference or full text and the clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration (JUL 2006); ( 2) FAR 52.212-1 Instructions to Offerors--Commercial Items (JAN 2006), Addendum paragraph (h) Multiple Awards  delete in its entirety, the government plans to award a single contract resulting from this solicitation; (3) FAR 52.212-2 Evaluation--Commerci al Items (JAN 1999); (4) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (JUN 2006), with Alternate I (APR 2002); (5) FAR 52.212-4 Contract Terms and Conditions--Commercial Items (SEP 2005); (6) FAR 52.212-5 Contract Terms and Con ditions Required to Implement Statutes or Executive Orders  Commercial Items (JUN 2006), the following clauses are applicable and incorporated by reference; FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.222-21 Prohibition of Seg regated Facilities (FEB 1999); FAR 52.222-26 Equal Opportunity (APR 2002); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); FAR 5 2.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration ( OCT 2003); (7) DFARS 252.204-7004 Central Con tractor Registration, Alternate A (NOV 2003); and (8) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAY 2006). INSTRUCTIONS: Offers shall include (1) a detailed cost proposal to include shipping costs to Riverton, UT 84065, also provide pricing to make truck pup trailer ready as a separate option item; (2) a detailed description and descriptive literature of vehi cle offered; (3) a vehicle history provided by Carfax or other reputable company who provides a similar service; (4) vehicle maintenance history; (5) list of at least three references for whom you have provided a similar item covered by this announcement. Provide name, phone number and a brief description of the item provided for each reference; (6) completed electronic annual representations and certifications which can be found at http://orca.bpn.gov . Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors, in order o f importance: (1) offerors capability to provide a quality product, as determined by the vehicle history report and vehicle maintenance history, that meets the needs of the government; (2) past performance, (a) offeror to be a regular dealer for this type of equipment; and (b) caliber of offerors performance on previous c ontracts of a similar nature; and (3) total cost or price. ADDITIONAL INFORMATION: To receive the award, the offeror must be registered in the Central Contractor Registration (CCR) database, which can be accessed at www.ccr.gov. Offers shall be received NLT 2:00 P.M. MDT on April 30, 2007. Offers may be sent vi a e-mail to Sherri Shepherd at sherri.shepherd@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01267264-W 20070407/070405221042 (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.