Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2008 FBO #2278
MODIFICATION

23 -- Admendment 0001 to W9124L-08-T-0034(Combined Synopsis/Solicitation for Trailer to post questions and answers that were submitted.

Notice Date
2/19/2008
 
Notice Type
Modification
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L08T0034
 
Response Due
2/20/2008
 
Archive Date
4/20/2008
 
Point of Contact
Rosie Logan, 580-442-5204
 
E-Mail Address
Email your questions to ACA, Fort Sill
(annette.logan@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE SEE BELOW FOR QUESTIONS & ANSWERS. CLIN 0001: 48 AIR RIDE DRY VAN ; unit price _______________ x 1 each = extended price ______________ FOB: Destination SPECIFICATIONS FOR 48 AIR RIDE DRY VAN The Trailer will be used in support of the fielding's of the M777A2 howitzer. The trailer will house support equipment tools/parts/training aids needed to support the fielding's. Over all trailer width: 102.36 inches. Open Door width: 98.31 inches. Ov erall Trailer Height: 13 feet 6 inches. Inside Trailer Height: 110 inches. Doc Height: 50 inches. Outside Trailer length: 48 feet. Composite swing rear door. Lock rods per rear door. Rear door hold. Side Doo r Opening. 42 inch wide by 80 inch high. 14 foot Roll-o-matic Side Kick Ramp with Carrier. Wood floor. Tandem Axle Slide Air Ride Suspension. The following provisions and clauses apply and are incorporated by reference: 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-7 Central Contractor Registration, 52.212-1, Instructions to Offerors, Commercial Items; 52.212-2 Evaluation - Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Gov ernment requirement, past performance and price. Technical and past performance, when combined, are more important than price, 52.212-3, Offeror Representations and Certifications, Commercial Items must be completed and submitted with the offer; 52.212-4, Contract Terms and Conditions, Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (including 52.219-6 Notice of Total Small Bussiness Set-aside, 52.219-28 Post Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52 .222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-36 Payment by Third Party, Reference 52.232-36 Payment by Third Party, paragrah (g) The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo , ND 58125-6313, (h) The purchase card to be used is: Government Purchase Card (GPC)); 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.247-34 F.O.B. - Destination, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payments Program, 252.247-7023 Alternate III Transportation of Supplies by Sea); 252.204-7004 Required Central Contractor Registration; The following provisions and clauses also apply and provides websites for information purposes: 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, addresses www.arnet.gov/far, www.farsite.hill.af.mil. NOTICE OF TOTAL SMALL BUSINESS SET ASIDE: Offers/bids are solicited only from small business concerns. Offers/bids received from other than small business concerns shall be considered non-responsive and will be rejected. Invoices must match purchase order/contract in description and unit of issue. Invoices must include complete mailing address, complete contract/purchase order number, description, price, and quantity, payment terms, point of contact and phone num ber for notification in case of defective invoice. Any questions are due by 1:00 p.m. CST February 14, 2008. Offers are due at the ACASR, Directorate of Contrac ting, SFCA-SR-SI, PO Box 33501, Bldg 1803, Fort Sill, OK 73503-0501 by 1:00 PM CST February 20, 2008. Fax or email transmissions of quotes shall be accepted, fax number 580-442-3819 and email address is annette.logan@us.army.mil or lisa.g.slagle@us.army. mil. All responsible sources may submit a quote which shall be considered. QUESTIONS & ANSWERS Requisition No. W44DVG80150001 DESCRIPTION OF REQUIREMENT: 48 AIR RIDE DRY VAN ? Question 1: Is there any specific color needed for this trailer? Answer: Light Oak Color Question 2: The FOB is listed as Destination.? Please provide an address of Destination,? in?that we can include transportation cost within our proposal. Answer: FOB Destination address is 7 59 McNair Ave, Fort Sill, OK 73503.
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
Country: US
 
Record
SN01511745-W 20080221/080219223907 (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.