Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
MODIFICATION

38 -- DIESEL TRACTOR

Notice Date
9/17/2007
 
Notice Type
Modification
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Boston, 427 Commercial Street, Boston, MA, 02209-1027, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG24-07-Q-1BABF6
 
Response Due
9/18/2007
 
Archive Date
10/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment P0001 CORRECTION model number of frame mounted quick attach backhoe The correct model number is: Model BT820 frame mounted quick attach backhoe with hydraulic thumb, 99.8 inch digging depth, 4211 lbs bucket breaklout, and 16 inch trenching bucket. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) HSCG24-07-Q-1BABF6 incorporates FAR provisions and clauses in effect through Federal Acquisition Circular 2005-18. This solicitation and award to be conducted using Simplified Acquisition Procedures. NAICS: 423810 size standard for wholesalers: 100 QUOTES DUE: NOON EDT on SEPT 18 2007. QUOTES MAY BE EMAILED jane.mckenzie@uscg.mil or faxed to 617-223-3145. USCG Integrated Support COmmand Boston requests quote for: Shipping to: USCG SFO Southwest Harbor, 184 Clark POint Road, Southwest Harbor MAINE 04679 Include shipping as separate line item. Quantity: ONE Kubota B26TLB, 3 cylinder diesel, 26.0 ENG HP, 4WD, R4 tires, 3 range hydrostatic transmission, differential lock, Live PTO, 11.2 gpm Hyd. pump, 2 forward and 2 rear work lights Model TL500, 4p pin self leveling industrial loader, 1300 lbs lift capacity, 94.5 inch max lift height, 60 inch heavy duty bucket, cutting edge, grill guard, bucket hook Model BT850 frame mounted quick attach backhoe with hydraulic thumb, 99.8 inch digging depth, 4211 lbs bucket breakout, 16 inch bucket breakout, 16 trenching bucket Company's quote(s) should include: 1. The solicitation number; 2. The time specified in the solicitation for receipt of offers; 3. The name, address, and telephone number of the offeror; 4. A technical description of the items being offered in such detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents if necessary; 5. Terms of any express warranty; 6. Price, availability, and any discount terms; 7. Remit to address if different from mailing address; 8. A copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3 (j) for those representations and certifications that the offeror shall complete electronically); 9. Acknowledgement of solicitation amendments; 10. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same of similar items and references (including contract numbers, points of contact with telephone numbers and other relevant information); 11. If the offer is not submitted on a SF1449, include a statement specifying the extant of agreement with all terms, conditions and provisions included in the solicitation. Offers that fail to furnish the required representations of information, or reject the terms, and conditions of the solicitation may be excluded from consideration; 12. Company Tax Information and DUNS number. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain the full text versions of theses clauses electronically at http://www.arnet.gov/far FAR 52.212-1 Instructions to Offerors-Commercial Items (SEPT 2006) FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) The following clauses listed in FAR 52.212-5 are incorporated: 52.219-6 Notice of Total Small Business Set- Aside (June 2003) (15 USC 644) 52.219-8 Utilization of Small Business Concerns (May 2004) (15USC 637 (d) (2) and (3) 52.222-3 Convict Labor (June 2003)(E.O. 11755) 52.222-19 Child Labor Cooperation with Authorities and remedies (Jan 2006) (E.O.13126) 52.222-21 Prohibition of Segregated Facilities( Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) E.O. 11246 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec2001) 38 USC 4212) 52.232-33 Payments by Electronic Funds Transfer Central Registration (Oct 2003) 21USC 3332 HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov
 
Place of Performance
Address: 184 Clark POint Road, Southwest Harbor MAINE 04679
Zip Code: 04679
Country: UNITED STATES
 
Record
SN01409174-W 20070919/070917220241 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.