Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

36 -- Rock Island Arsenal, Rock Island IL has a requirement for 8 folding machines to be shipped to various locations in the United States

Notice Date
9/17/2008
 
Notice Type
Modification/Amendment
 
NAICS
333293 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-08-T-5LB2
 
Response Due
9/19/2008
 
Archive Date
11/18/2008
 
Point of Contact
Lynn Baker, 309-782-5885<br />
 
Small Business Set-Aside
N/A
 
Description
This has been changed to remove the reference to total small business set aside. This is now full and open. Description: Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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. The solicitation number is W52H09-08-T-5LB2 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 333293. This requirement is full and open. The Quotes must be received by 2008-09-19 15:00:00.0 Central Time. Responses should be submitted to Lynn Baker, Contract Specialist, lynn.baker1@us.army.mil The TACOM LCMC Rock Island requires the following items, Baum Ultrafold 714XLT machines, or equal, and installation for the items, with delivery to the following locations, FOB Destination. Qty: 8 Item: Baum Ultrafold 714XLT machines, or equal, and installation. Delivery, FOB Destination, to: Sparta, WI 54656 Crane, IN 47522 Rock Island, IL 61299 Indianapolis, IN 46249 Battle Creek, MI 49017 Scott AFB, IL 62225 Columbus, OH 43213 St. Louis, MO 63114-6128 WPAFB, OH 45433 All vendor quotes must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.204-7 Central Contractor Registration, 52.219-28 Post-Award Small Business Program Representation, 52.233-3 Protest After Award, and 52.233-4 Applicable Law for Breach of Contract Claim applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-3 ($10K), 52.222-21($25K), 52.222-26($25K), 52.222-35($100K), 52.222-36($10K), 52.222-37($100K), 52.225-13, 52.232-33, 52.222-50. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://farsite.hill.af.mil. The following factors shall be used to evaluate offers: Award will be made on the basis of technically acceptable offer with lowest price and best delivery date. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The following DFARS clauses will apply to this award and are available at http://farsite.hill.af.mil/VFDFARA.HTM: 252.204-7004 Alt A Central Contractor Registration, 252.211-7003 Item Identification and Valuation, 252.232-7003 Electronic Submission of Payment Requests-Wide Area Workflow, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country Sources As Subcontractors, 252.225-7012 Preference for Certain Domestic Commodities, 252.243-7003 Pricing of Contract Modifications The Contractor shall provide a signed copy of the Buy American Act certificate with their quotes. A copy of the clause 252.225-7000 can be viewed at http://farsite.hill.af.mil/VFDFARA.HTM. All invoices shall be submitted and uploaded via Wide Area Workflow in accordance with DFARS 252.232-7003. Information is available at https://wawf.eb.mil/. FOB Destination terms apply to this acquisition. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item entry. Applicable shipping or handling charges shall be included into the unit/extended price. All Items must include shipping to the locations listed above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=93b4ae013b75df960585cc4369fb9a3b&tab=core&_cview=1)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL<br />
Zip Code: 61299-7630<br />
 
Record
SN01672931-W 20080919/080917220228-93b4ae013b75df960585cc4369fb9a3b (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.