Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

76 -- Tri-County Foldable Map

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
511130 — Book Publishers
 
Contracting Office
ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-07-T-0085
 
Response Due
9/6/2007
 
Archive Date
11/5/2007
 
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. This solicitation is issued as a Request for Quotation (RFQ). The North American Industrial Classification System Code (NAICS) is 511130 and the size standard is 500 employees. This pro curement is a 100% Set-aside for Small Business. The pricing must be quoted as follows: Contract Line Item (CLIN) 0001- Tri-County Foldable Map. Multi-color, fully indexed road map of Jefferson, Lewis, and St. Lawrence Counties in New York State. Map must include insets of the following smaller townships: Adams, Alexandria Bay, Antwerp, Bl ack River, Brownville, Canton, Cape Vincent, Carthage, Chaumont, Clayton, Constableville, Copenhagen, Dexter, Edwards, Ellisburg, Evans Mills, Fort Drum, Gouverneur, Harrisville, Herman, Heuvelton, LeRay, Lowville, Lyons Falls, Mannsville, Massena, Norwood , Ogdensburg, Philadelphia, Port Leyden, Potsdam, Sackets Harbor, Theresa, Turin, Waddington, and Watertown. Contractor is required to provide the date when their map was last update. Map must include Legend and Scale, and Place Name Directory Index. Ma p size not to exceed 50 inches by 30 inches; folded size not to exceed 5 inches by 10.5 inches. The government will provide the contractor with the Fort Drum inset to be included in the map. CLIN 0001. 10,000 each. This RFQ document incorporates Federal Acquisition Regulation (FAR) provisions and clauses current through Federal Acquisition Circular number 2005-19, Effective 17 Aug 2007. Interested parties can view and download all of the referenced provisions and cl auses at the following internet address: http://farsite.hill.af.mil/. The follow Clauses and Provisions apply to this acquisition: The FAR Provision at 52.252-1, Solicitation Provisions Incorporated by Reference- and the FAR Clause 52.252-2, Clauses Inc orporated by Reference, apply to this acquisition. The FAR Clauses at 52.204-7 -- Central Contractor Registration(CCR), (interested parties are required to be registered in the CCR database which is located at the following internet address: http://www.bp n.gov.), the FAR Provision 52.204-8 Annual Representation and Certification (interested parties are required to input their Representations and Certifications into the online representations and certifications application (ORCA) database which is located a t the following internet address: http://www.bpn.gov.). The FAR Provisions at 52.212-1 Instructions to Offerors, 52.212-2 - Evaluation-Commercial Items (the following factors shall be used to evaluate offers: 1. Ability of item specifications to meet or exceed the governments minimum needs, 2. Price, 3. Delivery Time); 52.212-3 Offeror Representations and Certifications. The FAR Clauses at 52.212-4, Contract Terms and conditions  Commercial Items, 52.212-5, Contract Terms and Conditions Required to Im plement Statutes or Executive Orders  Commercial Items. The following FAR Clauses cited within 52.212-5 are applicable to this acquisition: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33. The RFQ document also incorporates the Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses current to DCN 20070828 Edition. Interested parties can view and download all of the referenced provisions and clauses at the following internet address: http://farsite.hill.af.mil/. The DFAR Clause at 252.204-7004 Alt A, DFAR Provision 252.212-7000 Offeror Representations and Certifications--Commercial Items, DFAR Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, apply to this acquisition and, DFAR Clause 252.232-7010 L evies on Contract payment apply to this acquisition. The following DFAR Clauses cited within 252.212-7001 are applicable to this acquisition: 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002 and 252.247-7023. All offers are due to Directorate of Contracting, BLDG T-45 West Street, Fort Drum, New York 13602 NLT 06-SEP-2007 at 1400 hours Eastern Standard Time, Daylight Savings Time. The bidder must include the solicitation number on each page of the offers. Quo tes may be supplied via fax at 315-772-8277 or via e-mail at marisa.lyon@us.army.mil. Note: Completion of the CCR and ORCA are mandatory requirements for award. Failure of interested parties to complete these requirements will make quoters ineligible for award.
 
Place of Performance
Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
Country: US
 
Record
SN01390837-W 20070901/070830222033 (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.