Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

38 -- Hydraulic Wheeled Excavator - Brand Name or Equal

Notice Date
8/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Army, ACA, US Army Contracting Command Europe, ACA, Wiesbaden Contracting Center, ACA, Wiesbaden Contracting Center, ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
 
ZIP Code
09096-0741
 
Solicitation Number
W912CM09T1001
 
Response Due
9/1/2009
 
Archive Date
10/31/2009
 
Point of Contact
Lourdes Schroeder, 49-611-816-2200<br />
 
E-Mail Address
ACA, Wiesbaden Contracting Center
(lourdes.schroeder@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The 409th Contracting Support Brigade (CSB), Wiesbaden, Germany, has a requirement for one hydraulic wheel excavator in accordance with the salient physical, functional, and/or performance characteristics specified in Attachment 01 Technical Specifications. As prescribed in FAR subpart 11.107 (a), brand name or equal purchase description is included for the aforementioned requirement in this combined synopsis/solicitation. Offerors are allowed to include brand name or equal products to meet the U.S. Government requirements. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13.5 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is W912CM-09-T-1001. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-32 effective 14 May 2009 and FAC 2005-31 effective 20 April 2009, and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090115 edition. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is unrestricted. The NAICS code applicable to this acquisition is 333120. The requirement consists of the following: ITEMDESCRIPTIONQTYUNITUNIT PRICEAMOUNT 0001Hydraulic wheeled excavator with operation weight 19,400 kg and various attachments as described below, including delivery FOB destination. Brand Name: Liebherr Model: A904C Litronic or equivalent 1EA__________ The vehicle shall be brand-new, from the manufacturers most current production and shall meet the applicable DIN, UVV and VDE regulations. 3. Attachments: Attachment 01 Technical Specifications 4. Required delivery: No later than 180 days after award date. 5. Delivery point is FOB Destination to: USAG GRAFENWOEHR, DPW, BUILDINGS & GROUNDS BRANCH Lager Geb. 329 92655 GRAFENWOEHR Contact: Mr Josef Wildbrett Tel.: (09641) 838641 Fax.: (09641) 837832 6. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 7. Addenda to 52.212-1. The following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. 8. To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. 9. DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 10. DFARS 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (Jan 2009) 10.OFFER SUBMISSION INSTRUCTIONSQuotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. a. Quotations may be submitted in any contractor format and shall include: (i) Company name, address, telephone number, e-mail address, and FAX number; (ii) Solicitation number; (iii) Unit Price and extended prices for CLIN 0001; (iv) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (v) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) b. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. c. Descriptive literature: The offeror shall provide literature such as illustrations, drawings, or other documentation that demonstrates the offered products meet the Governments minimum physical, functional, and performance characteristics. This information will be used to determine technically acceptability. 11. FAR 13.106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror based on lowest priced, technically acceptable offer. a. Technical acceptability will be evaluated on an acceptable/unacceptable basis based on the descriptive literature demonstrating that vehicle being offered meets the specifications listed in Attachment 01. b. All quotes found technically acceptable will then be evaluated for overall lowest price, which includes shipping charges to the FOB destination point. Award will be made to the lowest price, technically acceptable offer. 12. FAR 52.212-4 Contract Terms and ConditionsCommercial Items. 13. Addenda to 52.212-4; the following clauses apply: a. FAR 52.247-34 FOB Destination b. DFARS 252.232-7010 Levies on Contract Payments c. INSTRUCTION FOR PAYMENT BY DFAS This contract/order will be paid by DFAS. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) with corresponding BOSS document numbers - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled Administered by. In accordance with the Prompt Payment Act (FAR 52.232-25), payment will normally be made within thirty (30) days after receipt of proper invoice or acceptance of supplies/services, whichever is later. All inquiries regarding payments shall be directed to: DFAS - ATTN: DFAS-CVDAAD/CO P.O. Box 369016 Columbus, OH 43236-9016 email: DFAS-CO_LC@dfas.mil Phone: 800-756-4571 - select option 2 and then option 2. Check payment status on the web at www.dod.mil/dfas under Money Matters. d. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive OrdersCommercial Items (in paragraph b) the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.222-3, Convict Labor 52.222-19, Child LaborCooperation with Authorities and Remedies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration e. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses provisions apply: 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7012, Preference for Certain Domestic Commodities 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea f. The following clauses will be included if award is made to a host nation vendor: 52.225-14, INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT (FEB 2000); 252.229-7001, TAX RELIEF (JUNE 1997); 252.225-7042, AUTHORIZATION TO PERFORM ((APR 2003); 252.232-7008, ASSIGNMENT OF CLAIMS (OVERSEAS) (JUN 1997); 252.233-7001, CHOICE OF LAW (OVERSEAS) ((JUN 1997); and, 252.225-7041, CORRESPONDENCE IN ENGLISH (JUN 1997). g. DFARS 252-246-7000, Material Inspection and Receiving Report (Mar 2008). 14. FAR 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) 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. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. 15. Offerors responding to this announcement shall submit their quotations via electronic mail to Lourdes Schroeder at lourdes.schroeder@us.army.mil. All quotes must be received by 1400 CET, September 1, 2009 to be considered for award. 16. Point of Contact: All questions shall be submitted in writing by electronic mail to Lourdes Schroeder at lourdes.schroeder@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABN/DABN01/W912CM09T1001/listing.html)
 
Record
SN01897844-W 20090805/090804000627-ef56ce0595316857c1d62b08ea6f95e0 (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.