Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

37 -- Lawnmowers and Weedeaters

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
423820 — Farm and Garden Machinery and Equipment Merchant Wholesalers
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-07-T-0092
 
Response Due
7/27/2007
 
Archive Date
9/25/2007
 
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. ACTION CODE: Combined/Synopsis Solicitation Notice CLASS CODE: 3750 NAICS CODE: 423820 SUBJECT: Lawnmowers and Weedeaters SOLICITATION NUMBER: W9124L-07-T-0092 SET-ASIDE CODE: Total Small Business CLOSING DATE: July 27, 2007 @ 4 PM CST PLACE OF DELIVERY: Department of Public Works Bldg 1935 Barbour Rd Fort Sill, OK 73503 POC Mr. Lopez POINT OF CONTACT: Aimee Vardeman, Contract Specialist, PH: 580-442-3854 or e-mail aimee.vardeman@conus.army.mil COMBINED SYNOPSIS/SOLICITATION (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, 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. (ii) Solicitation document W9124L-07-T-0092 is a Request for Quotation (RFQ) for Lawnmowers and Weedeaters in accordance with the Governments requirement. (iii) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2007-18, effective June 30, 2007. (iv) Notice of Total Small Business Set-Aside. Offers/bids are solicited from small business concerns. Offers/bids received from other than small business concerns shall be considered nonresponsive and will be rejected. The associated NAICS code is 4238 20, sic code is 5083 and size standard is 100 employees. (v) This solicitation is issued under FAR Subpart 13.5 -- Test Program for Certain Commercial Items Requirement for Lawnmowers and Weedeaters is as follows: CLIN 0001. Riding Mowers. Mower, riding, Troy Built, 22hp V-twin, 50 inch deck, Model 17AF2ACP766. Unit to be fully assembled and serviced with fuel and ready to use at time of delivery. Vendor to provide one operators manual and one parts manual for eac h unit at time of delivery. CLIN 0002. Weed Eaters Trimmer, string, Maruyama, Model BCL2550, industrial rated, straight solid steel drive shaft, 25.4cc 2-cycle engine, double ball bearing on drive head with KATANA tap and Go 4 inch trimmer head, 20 cycle advanced engineering design engine, .85 qt fuel capa city, Walbro carburetor, anti-vibration bronze bushing rubber mounted in shaft. Change standard 840568 semi-auto tap head to KATANA head (previously silver back). Unit to be fully assembled and serviced with fuels and ready to use at time of delivery. Ve ndor to provide one operators manual and one parts manual for ech unit at time of delivery. CLIN 0003. Push Mowers Mower, push, side discharge, 22 inch cut, 7 inch wheels, 3-position height adjustment, 1588cc Briggs engine, steel domed deck, MTD Model 11A034E000. Unit to be fully assembled and serviced with fuel and ready to use at time of delivery. Vendor to provide o ne operators manual and one parts manual for each unit at time of delivery. All prices should reflect FOB destination Net 30. Please provide quotes in the spaces below: CLIN 0001: Unit Price $____________________ CLIN 0002: Unit Price $____________________ CLIN 0003: Unit Price $____________________ (vi) The requirement shall be FFP. (vii) Delivery 30 Days ARO: Department of Public Works, Bldg 1935 Barbour Rd., Fort Sill, OK 73503. (viii) The following provision applies to this acquisition: Federal Acquisition Regulation FAR 52.212-1, Instruction to Offerors--Commercial items. FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. (ix) FAR 52.212-2, Evaluation- Commercial Items. The government will evaluate quotes in response to this request and award a purchase order/contract to the responsible bidder whose offer conforms to this request and will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). (x) Offerors are to include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. (xi) The following provision is applicable to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items. (xii) The following clause is applicable to this acquisition: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR provisions within the aforementioned clause apply: 52.203-3, 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13 and 52.232-36. The following DFARS clauses apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 - Buy American Act and Balance of Payments Program) The following DFARS provisions within the aforementioned clause apply: 252.225-7001, 252.225-7036 Alt I, 252.243-7002 and 252.247-7023. Offeror shall provide DUNS number as specified in 252.204-7004 Alt A, Re quired Central Contractor Registration. The following clause applies: 52.211-6 Brand Name or Equal. The following provision and clause also apply and provides websites for information purposes: 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, addresses www.arnet.gov/far, http://farsite.hill.af.mil. (xiii) See Numbered Note 1. (xiv) The points of contact for this acquisition are Contract Specialist, Ms. Aimee Vardeman, (580) 442-3854, or Contracting Officer, Ms. Lisa G. Slagle, (580) 442-3653. (xv) APACHE GATE DELIVERY INFORMATON All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately ? mile). Entrance to Apache Gate is on the left (south). (xvi) PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules an d regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. (xvii) CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. (xviii) PAYMENTS In accordance with FAR Clause 52.232-36 Payment by Third , incorporated into this contract by reference at paragraph (b) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, the fol lowing information is furnished: The Government will process payments monthly for services provided under this contract through the Gover nment Purchase Card System. Within 3 working days after the beginning of each month, the Contractor shall submit, simultaneously to the Contracting Officer and to the address in block 15 of the SF 1449, an invoice (one paper copy or an electronic invoice) for the services performed during the preceding month. The invoice shall contain as a minimum the following: name and address of the Contractor; contract number; contract line item number(s) and description in the order shown on the schedule; quantity; unit of measure; unit price and extended price; and the name, title, phone number and e-mail address of the person to notify in the event of discrepancies. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of th e SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of services by the Government. Paym ent may be suspended due to non-conforming supplies/services. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment Services PO Box 6313 Fargo, ND 58125-6313 The purchase card to be used is:GSA Smart Pay Purchase Card (GPC) (xix) CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. (xx) CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. (xxi) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1. NAME AND ADDRESS. 2. CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3. DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. (xxii) CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicita tion should be made in writing to Aimee Vardeman, Contract Specialist, at email aimee.vardeman@conus.army.mil and Lisa G. Slagle, Contracting Officer at email lisa.g.slagle@conus.army.mil. Clarifications and/or questions are due by 4:00 p.m. (CST) 23 July 2007. No phone calls, email only. Oral explanations will not be binding. (xxiii) COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. (xxiv) INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other n otice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. (xxv) NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xxvi) POINT OF CONTACT The Contractor shall provide a local telephone number, or a long distance telephone number with reverse charges, that is answered 24 hours a day, seven (7) days a week, and a local address where the Contractor can be notified of or contacted for emergency work. The Government shall not be expected to call a series of phone numbers in order to locate the Contractor or his designated representative. Electronic answering devices, beepers, or pagers shall suffice for this requirement. (xxvii) Submission of quotes shall be forwarded by 27 July 2007 @ 4:00 p.m. (CST) using either facsimile at (580) 442-8014 or email aimee.vardeman@conus.army.mil or mail Directorate of Contracting, 2418 NW Macomb Rd, Fort Sill, OK 73503-9011. (xxviii) Number Notes 1  The proposed contract is 100% set aside for small business concerns.
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
Country: US
 
Record
SN01340776-W 20070714/070712221433 (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.