Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

23 -- Peterbilt 389, Tractor Truck with Sleeper, Brand Name or Equal, 2 EA - Specifications / Required Forms

Notice Date
5/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
Department of Justice, United States Marshals Service, Headquarters Contracts, U. S. Marshals Service, 9th Floor, CS3, FSD, Washington, District of Columbia, 20530-1000, United States
 
ZIP Code
20530-1000
 
Solicitation Number
DJMS-09-R-0036
 
Archive Date
6/19/2009
 
Point of Contact
Lauris M Eek, III, Phone: 202/307-5177, Donnell R. Sam, Phone: 202/305-9422
 
E-Mail Address
lauris.eek@usdoj.gov, donnell.sam@usdoj.gov
(lauris.eek@usdoj.gov, donnell.sam@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire - Completion and submission of Page 1 for three recent contracts is required as a part of the proposal Specifications, Brand Name or Equal CLIN 0001 Peterbilt Model 389, Tractor Truck, General Freight, with Sleeper 2 EA Brand Name or Equal and in accordance with (IAW) the attached requirements, specifications and clauses Delivery of this commercial item shall be expected within 90 days and not later than 120 Days After the Date of the Award Document (ADAD) and Freight on Board (FOB) Destination to the Special Operations Group Training Center (SOGTC) at 1401 F Street, Camp Beauregard, Pineville, LA 71360. 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) and Subpart 11.104 (Brand Name or Equal Purchase Descriptions) and permits prospective contractors to offer products other than those specifically referenced by brand name, so long as the proposed item meets the salient physical, functional, or performance characteristics defined in the specification. The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Proposals are due not later than 2:00 PM EDT, June 4, 2009 to Lauris Eek, Contracting Officer, in order of preference, by any of the following means: E-mail: lauris.eek@usdoj.gov Facsimile: 202 307 9695 (confirm receipt at 202 307 5177) For all shipments sent via express delivery carriers (FedEx, UPS, etc.) please use the following address: U.S. Marshals Service Attn: Lauris Eek, Financial Services Division Landover Operations Center 3601 Pennsy Drive Landover, MD 20785 For US Postal Service, please use the following address U.S. Marshals Service Headquarters Financial Services Division Procurement Office CS-3, Room 922 Attn: Lauris Eek, Contracting Officer Washington, DC 20530-1000 All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Solicitation DJMS-09-R-0036 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32, Effective 31 Mar 2009. The associated NAICS code for this solicitation is 441229 - All Other Motor Vehicle Dealers with a Small Business Size Standard of $7.0 million dollars. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: (a)52.212-1, Instructions to Offerors -- Commercial (b)52.212-2, Evaluation -- Commercial Items. The specific evaluation criteria included in paragraph (a) are: technical capability, price and past performance. The criteria are listed in descending order of importance. NOTE: The past performance information will be provided to the Government by means of the offeror’s completion and submission of the first page of 3 Past Performance worksheets (see attached). (c)Offerors must include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (d)52.212-4, Contract Terms and Conditions -- Commercial Items (e)52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. The following clauses are checked under Paragraph (b): (8)(i)52.219-6, Notice of Total Small Business Aside (June 2003) (19)52.222-3, Convict Labor (June 2003) (20)52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (21)52.222-21, Prohibition of Segregated Facilities (Feb 1999) (22)52.222-26, Equal Opportunity (Mar 2007) (23)52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (24)52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (25)52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (31)52.225-1, Buy American Act--Supplies (Feb 2009) (33)52.225-5, Trade Agreements (Mar 2009) (34)52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (39)52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (41)52.232-36, Payment by Third Party (May 1999) The following Department of Justice Acquisition Regulations System (JAR) provisions apply to this acquisition: 2852.211-70, Brand-name or Equal (Jan 1985) The Defense Priorities and Allocations System (DPAS) does not apply to this action. For additional information regarding this solicitation please contact Mr. Lauris Eek, at 202 307 5177.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/HQ002/DJMS-09-R-0036/listing.html)
 
Record
SN01824150-W 20090522/090521005559-c4fc5cefaabb6c048d30c075a125a19e (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.