Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

36 -- FODBOSS SWEEPER BOSS-8

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Bases East - RCO, PSC Box 8018, Cherry Point, NC, 28533-0018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
M00146-07-T-L093
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Description
The Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, NC has a requirement for a FOB BOSS FRICTION MAT SWEEPER. This is a combined synopsis/solicitation for 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 solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number M00146-07-T-L093 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 and Defense Acquisition Circular 98-90. This acquisition is under the North American Industry Classification System code 333999, with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract, brand name or equal, for the following: Clin 0001. (2) each, FODBOSS Sweeper Assembly, P/N BOSS-8 Clin 0002. (350) each, 1 Gallon FOD Can, P/N FC-1 Clin 0003. (60) each, 10 Gallon FOD Can, P/N FC-10 Clin 0004. (60) each, 14 Gallon FOD Can, P/N FC-14 ESSENTIAL CHARACTERISTICS PURCHASE DESCRIPTION 1. NOMENCLATURE: FODBOSS Sweeper Assembly 2. ESSENTIAL CHARACTERISTICS: 2.1 Method of Operation: Will be completely self-contained and will operate using friction sweeping method. Will not have any moving parts, internal, or external power sources, engine, or drive components. Towing vehicle will activate unit operation. 2.2 Sweeping width shall be no less than eight feet. 2.3 Overall Dimensions in operating mode shall be no less than 8? x 5? x 2? 2.4 Sweeper shall be collapsible to make portable and weighing no more than 80 lbs. 2.5 Sweeper shall have carry/transport bag to provide for immediate deployment on site or for air or truck shipment to other locations. 2.6 Sweeper shall be capable of being set up and operated by one person. 2.7 Sweeper shall be capable of sweeping 1 million square feet per hour of operation. 2.8 Sweeping speed range shall be no less than five miles per hour and no more than twenty five miles per hour. 2.9 Three sets of equipment manuals shall be provided. These manuals shall contain all required technical data including operating instructions, parts list, and mechanical diagrams. Quotes must contain unit price, extended price, delivery date, terms of payment, company name, address, name of individual quoting, phone and fax numbers. If quoting on a different brand you must provide literature to show specifications of the brand you are quoting. The delivery requirements are FOB origin and are to be delivered to Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, NC 28533. Delivery is required within 30-45 days of award or sooner. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offers - Commercial Items (SEPT 2006). FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-6 Brand Name or Equal (AUG 1999). FAR 52.211-14 Notice of Priority Rating For National Defense Use (SEPT 1990). FAR 52.212-3, Offer Representation and Certifications-Commercial Items (Nov 2006), Alternate I (APR 2002). A completed copy of this provision shall be submitted with the offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007). FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement (SEPT 1990). DFARS 252.211-7003 Item Identification and Valuation (JUN 2005). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2007), to include the following clauses listed at paragraph 52.212-5 (b): (5) (15) (16) (17) (18) (19) (20) (21) (27) and (32). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), applies with the following clauses applicable for paragraph (b); (12) (i) and (12) (ii) (17) (20)(i). Award shall be made to the lowest priced responsible offeror(s), whose offer conforms to the solicitation, and who demonstrates acceptable past performance. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. All quotes must be received no later than 3:00 p.m., local time, 10, September 2007. Point of Contact: Linda Small, Contract Specialist, Phone 252-466-3417, Fax 252-466-8492, Email linda.s.small@usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate Contracting Department Attn: Linda Small code SUL3E Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM. See number note 1.
 
Record
SN01389701-W 20070831/070829222430 (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.