Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOLICITATION NOTICE

38 -- 150 TO 200 TON ALL TERRAIN HYDRAULIC CRANE - Crane Specifications

Notice Date
3/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL5509QP0578
 
Archive Date
5/1/2009
 
Point of Contact
Patricia L. White,, Phone: (315) 764-3236, Nancy C. Scott,, Phone: (315) 764-3260
 
E-Mail Address
patricia.white@sls.dot.gov, nancy.scott@dot.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Crane Specifications DTSL55-09-Q-P0578 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; proposals are being requested and a written solicitation will not be issued. Solicitation number DTSL55-09-Q-P0578 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The applicable NAICS code is 423810 and the size standard is 500 employees. This procurement is a total small business set-aside. Requirement as follows: 2009 model 150 to 200 class all terrain hydraulic crane (1 each) in accordance with the attached specifications. Delivery FOB Destination by November 30, 2009 to Saint Lawrence Seaway Development Corporation, Attn: Receiving Warehouse, 251 Fregoe Road, Massena, NY 13662. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items (June 2008) applies to this acquisition. The provision is tailored to read (h) the Corporation will make one award to the offeror who provides the best value to the Corporation based on price and other price related factors contained in this notice; capability of the item meeting the Corporation’s specifications; and the offeror’s past performance in providing this type of equipment. Offeror shall submit reference information from at least three (3) customers who purchased a similar product within the last three (3) years to include name, address, and phone number. Offerors are also required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2009), with its offer. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov (see below), only paragraph (b) of this provision needs to be completed and submitted. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008) is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2009) are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I; 52.219-6, Notice of Total Small Business Set-Aside Alternate I; 52.219-8, Utilization of Small Business Concerns; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-1, Buy American Act – Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Addendum – Additional FAR Clauses applicable to this solicitation: 52.204-4, Printing or Copied Double-Sided on Recycled Paper (AUG 2000); 52.204-7, Central Contractor Registration (APR 2008); 52.247-34, F.O.B. Destination (NOV 1991). Response date for receipt of offers/quotes is by COB 4:30pm, Thursday, April 16, 2009. Offerors are required to submit descriptive literature with their quote. Quotes may be emailed to Patricia.White@dot.gov, faxed to (315) 764-3268, or mailed to PO Box 520, Massena, NY 13662. All responsible offerors may submit a quote which shall by considered by the Saint Lawrence Seaway Development Corporation. Questions regarding this acquisition are to be directed to Patricia White, Contracting Officer, (315) 764-3236 or by email to the address above. Offerors must be registered in the Central Contractor Registration database to be eligible for award. Register at www.ccr.gov. In conjunction with CCR registration, offerors shall complete their representations and certifications on-line at http://orca.bpn.gov. Full text of FAR clauses and provisions may be accessed electronically at www.arnet.gov/far/. Award will be made when project funds become available.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b87023cc77634f84dffcb2b786e380da&tab=core&_cview=1)
 
Place of Performance
Address: 251 Fregoe Road, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN01772008-W 20090320/090318215945-b87023cc77634f84dffcb2b786e380da (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.