Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOLICITATION NOTICE

23 -- 2009 4x4 Super Cab Truck and Chassis - Specs

Notice Date
4/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67VJX-9097-0050
 
Archive Date
5/19/2009
 
Point of Contact
Linda Duvall, Phone: 8014324091
 
E-Mail Address
linda.duvall@us.army.mil
 
Small Business Set-Aside
N/A
 
Description
Specifications. OFFICE ADDRESS: USPFO for Utah, P.O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: 2009 4X4 Super Cab Truck and Chassis. SOLICITATION NUMBER: W67VJX-9097-0050 QUOTE DUE DATE: 4 May 2009 POC: Linda Duvall, Contract Specialist, (801) 432-4091 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. Quotes are being requested and a written solicitation will not be issued. REQUIREMENT: 2009 4X4 Super Cab Truck and Chassis, see attached Specification Sheet. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: FAR 52.204-7, Central Contractor Registration. FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2, Evaluation--Commercial Items. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with Alternate I. FAR 52.212-4, Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1; (b) FAR 52.219-8 Utilization of Small Business Concerns; (c) FAR 52.222-3 Convict Labor; (d) FAR 52.222-19 Child Labor – Cooperation with Authorities and Remedies (e) FAR 52.222-21 Prohibition of Segregated Facilities; (f) FAR 52.222-26 Equal Opportunity; (g) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans; Veterans of the Vietnam Era, and other Eligible Veterans; (h) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (i) FAR 52.222-37 Employee Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other eligible Veterans; (j) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (k) FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33, Payment by Electric Funds Transfer-Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.252-2, Clauses Incorporated by Reference. DFARS 252.204-7004, Central Contractor Registration, Alternate A. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.232-7010, Levies on Contracts Payments. DFARS 252.247-7023, Transportation of Supplies by Sea. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) quality of item being offered and offerors capability of meeting the Government specifications; (2) past performance, caliber of offeror’s performance on previous contracts of a similar nature; and (3) total cost or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 10:00 a.m. MST on 4 May 2009. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to Linda.duvall@us.army.mil; facsimiles will not be accepted. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include: 1) Representations and Certifications or verify registered in Online Representations and Certifications Application (ORCA); 2) cost/price to include any shipping and handling to 84065; 3) at least three references (companies who you’ve provided similar items too); 4) descriptive literature/specifications of item being offered; and 5) estimated delivery date. Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. Questions may be e-mailed to the address above, please no telephone calls.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8095dc70fe114d20dbbe8f0e2caa8d8&tab=core&_cview=1)
 
Record
SN01797859-W 20090423/090421220124-e8095dc70fe114d20dbbe8f0e2caa8d8 (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.