Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

49 -- Provide the Miscellaneous Warehouse Tools for the Oregon Army National Guard.

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W90XYN-9149-6004
 
Response Due
8/5/2009
 
Archive Date
10/4/2009
 
Point of Contact
David E. Cleland, 503-584-3791<br />
 
E-Mail Address
USPFO for Oregon
(david.cleland@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation is W90XYN-9149-6004 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 6 Aug 09, 1:00 p.m. Oregon Local Time. The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 423440. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes t o procure the following supply or services: CLIN 0001 Warehouse Equipment One (1) each, Adjustable Pallet Truck Specifications: Forks adjust from 21-27 apart to accommodate various pallet widths, 8GA steel forks are 6 wide, 5500LB capacity, Rubber coated handle, Pump overload bypass valve, 200 steering angle. Four (4) each Reserved Parking Lot Delineators Specifications: Legend Printed on a Reflective decal mounted on a white, 36H x 4W polymer alloy delineator, 7W base made from composite/natural rubber. Eight (8) each Trainer Exit Stoppers Specifications: Highly visible red Stop Sign design to discourage misuse of fire/emergency doors and a piercing 120DB horn for three minutes if door is opened, Unit will have key shut off to turn alarm off or allow authorized use of exit, Unit must com complete with tamper proof screws and anchors for mounting, a 9V DC battery and keyed locking mechanism. One (1) each Manual Parking Lot Sweeper Specifications: Sweeps in forward motion only, capable of picking up dust and small debris, 27sweeping width, Durable injected molded structural foam polyethylene body, Height adjustments for main and side brushes, lowering push bar, Hopper capacity1.4 cu. Ft. Two (2) each Mobile Wardrobe Racks Specifications: Rack will be 64H x 22W with casters, Durable aluminum frame. Seven (7) each Squeege 24 Specifications: Durable solid reinforced polypropylene head, 24 wide, Color will be RED. Seven (7) each Red Handle Specifications: 1 Diameter, 60 Long, use for floor squeegees and brushes, Color must be RED. One (1) each Bin Cabinet Specification: Constructed of 16ga steel with backed enamel finish, Louvered panels on back wall to hold 42 bins, needs to have flush doors and cabinet door locks. Will be delivered to Camp Rilea, 91372 Rilea Pacific Road, Warrenton, OR 97146-7219. The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the lowest priced offer which is both technically acceptable and shows satisfactory past performance. All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: FAR clause 52.202-1, Definitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors-Commercial Items (Jan 2005); provision 52.211-6, Brand Name or Equal (Aug 1999); provision 52.212-2 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items (Oct 2003); FAR clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFQ. Point of Contact: David Cleland at 503-584-3791 Quotations can be mailed to USPFO for Oregon, ATTN: USPFO-P, PO Box 14350, 1776 Militia Way SE, Salem, OR 97309-5047, FAX to 503-584-3771 or emailed to david.cleland@ng.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W90XYN-9149-6004/listing.html)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR<br />
Zip Code: 97309-5008<br />
 
Record
SN01875548-W 20090717/090715235131-2d4dee0ff1ded646a88451b954857f33 (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.