Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
SOLICITATION NOTICE

43 -- Provide two (2) Ingersoll-Rand (or equal) Air Winches

Notice Date
12/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-T-0010
 
Archive Date
1/6/2009
 
Point of Contact
Sharon Humphrey, Phone: 910-251-4700, John Mayo,, Phone: 9102514884
 
E-Mail Address
sharon.e.humphrey@usace.army.mil, John.P.Mayo@USACE.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number W912HN-09-T-0010 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. This solicitation is 100% set-aside for all qualified small businesses. The North American Industrial Classification System (NAICS) code for this requirement is 423840 and the small business size standard is 100 employees. A Single Award is being contemplated for the items listed: Line Item 0001 ---- QTY (2) INGERSOLL-RAND (or equal) Air Winch with Manual Drum Brake, Throttle Lever, Drum Guard and Amrine Grade Corrosion Preventive Finish in Yellow. This is in support of US Army Corps of Engineers, Wilmington NC, Engineer Department. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items FAR 52.212-2, Evaluation -- Commercial Items FAR 52.212-3 Offeror Representations and Certifications--Commercial Items---- Offerors must include a complete copy of 52.212-3 in their offer FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items FAR 52.211-6 Brand Name or Equal FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.204-7 Central Contractor Registration FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons Solicitiation Provisions Incorporated by Reference: FAR 52.252-2 Clauses Incorporated by Reference FAR 52.204-7 Central Contractor Registration FAR 52.211-17 Delivery of Excess Quantities FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.247-34 F.O.B Destination DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alt A Central Contractor Registration Alternate A DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.242-7001 Pricing of Contract Modifications. The following clauses apply under DFARS: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001 Pricing of Contract Modifications DFARS 252.212-7000 Offer or Representations and Certifications-Commercial Items. Offerors shall provide completed copies of FAR 52.212-3 or online Representations and Certification Application (ORCA) record with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. Offerors are required to provide their Contractors’ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) databases. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. CCR and have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if timely received, must be considered by the agency. The Government intends to make award based on the Best Value to the government. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted. The evaluation factors that will be used to determine award are Delivery/Availability, Price, and Technical acceptability. The closing date for this solicitation is 22 Dec 2008 at 12:00 PM EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to sharon.e.humphrey@usace.army.mil or fax to (910) 251-4700.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b58eb47c9709b46e7b05deb2faad0001&tab=core&_cview=1)
 
Place of Performance
Address: 69 Darlington Avenue, Wilmington, North Carolina, 28403, United States
Zip Code: 28403
 
Record
SN01717539-W 20081213/081211220210-b58eb47c9709b46e7b05deb2faad0001 (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.