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
MODIFICATION

42 -- 1000 Gallon End Mount Slip-on Firefighting Unit

Notice Date
8/21/2007
 
Notice Type
Modification
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S807Q0057
 
Response Due
8/22/2007
 
Archive Date
10/21/2007
 
Point of Contact
Darlene Anderson, 253-966-5681
 
E-Mail Address
ACA, Fort Lewis
(darlene.anderson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W911S8-07-Q-0057, Amendment 2 This is Amendment 2 to clarify Attachment 4's reference to a tank length of 166 inches and Attachment 6's reference to a tank length of 135 inches. The total length of the slip-on shall NOT exceed 168 inches. Thus 2 inches for the lip + 31 inches for the pump deck + 135 inches for the tank length = total slip-on length of 168 inches. The Government is open to what potential vendors can supply concerning pump deck dimensions and tank dimensions, as long as it meets the 1000 gallon capacity and is no wider than 87 3/4 inches and no longer than 168 inches total (adding the pump deck and tank deck together) and has a rear mounted pump package. The idea is to use as much of the truck bed surface area as possible to lower the height of the tank. Amendment 1 made notification that Option CLIN 1001 has been removed. This is a combined synopsis/solicitation for the purchase of commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicita tion. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0057 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect th rough Federal Acquisition Circular 2005-18 and DCN 20070802. This requirement is RESTRICTED with a NAICS Code of 332999 and a corresponding size standard of 500 employees. The description of the commercial item is: 1000 Gallon End Mount Slip-on Firefigh ting Unit. Delivery shall be no later than December 1, 2007. A copy of the award document shall be distributed to the Installation Property Book Office, Yakima Firing Center, Yakima, WA 98901. Acceptance will be at the destination, zip code 98901. FOB point is des tination, zip code 98901. Low Priced Technically Acceptable: In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether th e vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and a cceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses 52.111-4004, Electronic Commerce applies to this acquisition. Local clause 52.111-4004 states: In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail. ( End of clause) Quoters are r equired to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-3, 52.222-19, 52.222. 21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnish ed by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its q uote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. Clause FAR 52.252-2, Clauses Incorporated By Reference, is applicable and states: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will m ake their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far and http://farsite.hill.af.mil . (End of clause) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clause in paragraph (b): 2 52.225.7001. The following are the minimum salient characteristics. CLIN 0001 - 1000 Gallon End Mount Slip-on Firefighting Unit that will be Government-installed on a Government-owned 5-ton truck. Quantity 1 Each. See 6 Attachments for specifications at http://www.lewis.army.mil/doc click on Requests for Quote, Quote N o W911S8-07-Q-0057. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far. Telephonic inquires will NOT be accepted. Quotes are due on August 22, 2007 at 02:00:00 P.M. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail addres s, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Mrs. Darlene Anderson, darlene.anderson@us.army.mil. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. Ensure th e applicable NAICS code 332999 is included in the CCR profile prior to submission of offers for consideration. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/d oc. Requests for Quote. No numbered notes apply to this combined synopsis/solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABJ/DABJ25/W911S807Q0057/listing.html)
 
Place of Performance
Address: ACA, Fort Lewis YAKIMA FIRING CENTER Yakima WA
Zip Code: 98901
Country: US
 
Record
SN01380515-F 20070823/070822074223 (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.