Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

39 -- Dolly trucks and utility carts

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Midstates (OS:A:P:B:M), 4050 Alpha Road, 1800 MSRO, 9th Floor, Dallas, TX, 75244-4203, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
TIRMS07Q00039
 
Response Due
8/27/2007
 
Archive Date
9/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. The solicitation number is TIRMS07Q00039 and is issued as a Request for Quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 with a small business size standard of 500 employees. This requirement is 100% Small Business set-aside and only qualified offerors may submit a quote. The Internal Revenue Service requires the following items meet or exceed the specification described (BRAND NAME OR EQUAL, new equipment only, no remanufactured products or grey market products) in the following item numbers: 001: Intermetro Super Erecta Dolly Truck with Super Erecta Brite Shelves, Part Number MWN566MBR, 24Wx60Lx63H with brake locks/swivel lock combination caster. In addition, open design, plated posts & aluminum dolly, four (4) wire shelves, posts split sleeves, truck dolly with wraparound bumper and two (2) 6P and two (2) BL6P. Quantity: 67 002: Labor for assembly of the dolly trucks. 003: Intermetro/Metro Super Erecta Standard Duty Utility Cart, Part Number MW402, 18Wx30L, open design, chrome-plated steel frame with three interchangeable shelves consisting of two chrome wire shelves and one solid stainless flat shelf with raised ships edge consisting of a double thickness of 18-gauge steel at edges, two (2) one-piece chrome push handles, donut bumpers, and four (4) standard-duty 4LD 4 inch diameter swivel/resilient tread casters. Quantity: 23 004: Labor for assembly of the utility carts. 005: Shipping charges (if applicable). Also include the estimated number of days for delivery after order is received. Equal products shall meet the salient physical, functional, or performance characteristics specified in this solicitation and shall be clearly identified by brand name, if any; and make or model number. Complete detailed descriptive information shall also be provided for the specification of the equal products. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors?Commercial Items: 52.212-2, Evaluation Commercial Items; 52.212-2 Paragraph (a) insert, The Government intends to award a Firm Fixed price order. This acquisition shall be evaluated based upon the lowest priced technically acceptable proposal. The Government will award to the responsible offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, price, technical, and past performance. Price will be evaluated based upon competition, current commercial market prices and information supplied in the offer. Technically acceptable proposal must show the offeror can meet the technical requirements. For past performance evaluation, the offeror must provide at least three references for contracts and/or purchase orders of similar services within the past three (3) years. Each reference must include customer?s name and address, contact person, project name, date of performance, telephone number and contract value for each reference. 52.212-3, Offeror Representations and Certifications-Commercial; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.219-8, Utilization of Small Business Concerns; 52.219-25, Small Disadvantaged Business Participation Program Disadvantaged Status and Reporting; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act North American Free Trade Agreement-Israeli Trade Act; 52.225-13, Restriction on certain Foreign Purchases; and, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the following website: http://www.arnet.gov/far. Written quotes must contain the following: 1) Technical proposal; 2) Pricing to include unit price, labor price for assembly, shipping charge (if applicable) and total price; 3) Past Performance information; and, 4) Completed and signed copy of the FAR 52.212-3, Representations and Certifications. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. All offerors shall submit their written offers via Email to: lachon.n.langham@irs.gov. Facsimile responses are also acceptable. Our Facsimile number is: (972) 308-1928. All written responses are to be received no later than 2:00 P.M., (CST), Monday, August 27, 2007. Note: You must be registered and have an active record in the DoD Central Contractor Registration (CCR) Database to receive an award. Registration must be done online at www.ccr.gov.
 
Place of Performance
Address: 3651 S. Interregional Highway, Austin, TX
Zip Code: 73301
Country: UNITED STATES
 
Record
SN01380175-W 20070823/070822071557 (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.