Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
SOLICITATION NOTICE

35 -- Raymond Model Fork Trucks - Brand Name Justification

Notice Date
8/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFQ-09-1901
 
Archive Date
8/15/2009
 
Point of Contact
Bradley Karbeling, Phone: 410-965-9505
 
E-Mail Address
bradley.karbeling@ssa.gov
(bradley.karbeling@ssa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification for Raymond Fork Trucks. The Social Security Administration (SSA) requests delivery of the following items: Quantity, Item Number; Name. (1)Raymond Model 8900-F60L series, Low-Lift Fork Truck (1)Raymond Model 8400-FRE60L series, Walkie Fork Truck (2)12-G-75-11, Maintenance free batteries with a built-in charger, self-contained and plugs into a standard 110v duplex outlet This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice and FAR subpart 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SSA anticipates awarding a firm fixed-priced purchase order. This requirement is 100% set aside for small businesses under the North American Industry Classification System (NAICS) 333924 Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing. The size standard is 750 employees. All responsible small business sources may submit a quotation that shall be considered by the Agency. Quotations submitted from other than small businesses will be rejected. The incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular 2005-33 (June 2009). This request for quotation is identified as Solicitation Number SSA-RFQ-09-1901. CLAUSES: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb. 1998) - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009), and 52.247-34 F.O.B. Destination (Nov 1991). The following clauses will be incorporated into any resulting order: FAR 52.212-4 Contract Terms and Conditions of Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders of Commercial Items. Within this clause the following clauses apply: 52.219-6, Notice of Total Small Business Set-Aside (June 2003). 52.219-28, Post Award Small Business Program Re-representation (April 2009). 52.222-3, Convict Labor (June 2003). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.225-1, Buy American Act-Supplies (Feb 2009). 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The above mentioned provisions and clauses may be accessed electronically at this address: http://www.arnet.gov. INSTRUCTIONS TO OFFERORS: FAR Provision 52.212-1, Instructions to Offerors-- Commercial Items (June 2008) is incorporated by reference. The following provisions apply: (a), (b)(1), (b)(2), (b)(3), (b)(4), (b)(6), (b)(7), (b)(8),(b)(9), (b)(11), (c), (f),(g), (j), (k) and (l). The Government will place an award to the offeror, or combination of offerors, that results in the lowest total price for the requirement. Offers are due on August 14, 2009 3:00 p.m. EST. Quotes shall be submitted electronically to Bradley.Karbeling@ssa.gov or by facsimile to: 410-966-9310, ATTN: Bradley Karbeling. Quotes must include the name and telephone number of a company representative that can be contacted, the company's address, DUNS number, and TIN number. Offerors shall fill out the provision FAR 52.212-3 Offeror Representations and Certifications of Commercial Items and submit it with their offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-09-1901/listing.html)
 
Place of Performance
Address: Social Security Administration, 6301 Security Blvd, Baltimore, Maryland, 21235, United States
Zip Code: 21235
 
Record
SN01908878-W 20090814/090813000547-ef7f71107b4c2da6966e67ad2c58f650 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.