SOLICITATION NOTICE
23 -- PIERCE GLIDERS
- Notice Date
- 9/14/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-07-T-0826
- Response Due
- 9/19/2007
- Archive Date
- 11/18/2007
- Small Business Set-Aside
- N/A
- 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; quotes are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quotes (RFQ). This is issued as FULL AND OPEN UNRESTRICTED COMPETITION. PLEASE NOTE: AWARD IS SUBJECT TO THE AVAILABILITY OF FUNDS. The combined s ynopsis/solicitation number is W91ZLK-07-T-0826. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-19. The associated North America Industry Classification System (NAICS) C ode is 336112 and the Business Size Standard is 1000. The vendor shall provide the following Item: CLIN 0001 Gliders, meaning total reburbishment of existing 100 Aerial Truck. Refurbishment shall be completed by using the specifications provid ed and reusing existing motor and transmission. Please contact Barbara Kuklinski at barbara.kuklinski@us.army.mil for a complete copy of the specifications. Transportation shall be provided and truck shall be picked up at Aberdeen Proving Ground, MD and returned after refurbishment to Aberdeen Proving Grounds, MD and after Government inspection and approval to insure that contract specifications were met, QTY 2. In accordance with FAR 52.212-2 Evaluation Commercial Items , the contract will be a warded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any i nformation, which is not identified in the quotation. To ensure sufficient information is available, vendors are requested to provide descriptive material such as illustrations, drawings, or other information necessary for the Government to determine wheth er the product meets the salient characteristics of the requirement. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The Gove rnment reserves the right to award on an all or none basis. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarme nt. 52.212-4 Contract Terms and Conditions Commercial Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The government will award a contr act to the offeror whose offer conforms to this solicitation and will be most advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offer or Representations and Certifications Commercial Items, and DFAR 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Item s, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.219-8 Child Labor-Cooperation with Authorities and Remed ies; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veter ans; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-18, Availability of Funds; DFAR 252.212-7001 Contract Terms and Conditions required to Implement Statutes o r Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Pre ference for Certain Domestic Commodities, 252.225-7015 Preference for Domestic Hand or Measuring Tools , 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be accessed electronically at this address: http://fars ite.hill.af.mil, and http://www.acquisition.gov/comp/far/index.html. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by WEDNESDAY, September 19, 2007 no later than 12:00 PM NOON Eastern Time at the US Army Contr acting Agency, SFCA-NR-APC-T (Barbara Kuklinski), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may regis ter with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Barbara M. Kuklinski, Contracting Officer via fax (410) 306-3863, or via email barbara.kuklinski@us.army.mil.
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN01407466-W 20070916/070915195137 (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 |