Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

34 -- Bandsaw

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333210 — Sawmill and Woodworking Machinery Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-09-T-1100
 
Response Due
9/21/2009
 
Archive Date
11/20/2009
 
Point of Contact
Tejae Craig, 928-328-6903
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(tejae.craig@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, Effective 10 Sep 2009 and class deviation 12009-O0011 and Defense Federal Regulation Supplement (DFARs), current to DCN 20090825 (Amended) Edition. The awarded contract will be firm fixed price. It is anticipated that payment will be made by Government Visa Credit Card. Offerors shall account for any costs associated with accepting credit card payment. This action is solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code is 333210 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCRSearch/Search.aspx. Quotes are being solicited on a Brand Name or Equal basis. The manufacturer of the Brand Name or Equal item being solicited is HYD-MECH 1079 Parkinson Road, Woodstock, Ontario, Canada N4S 0A9. Offerors proposing to furnish other than the brand name item being solicited shall provide sufficient technical literature to enable the government to determine that the proposed item meets or exceeds all of the minimum salient characteristics of the brand name item being solicited (Ref FAR provision 52.211-6). Award will be made to the technically acceptable, low priced offeror, however, price will be evaluated in accordance with FAR clause 52.219-4. The quotation shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description: HYD-MECH Band Saw or equal, Model: V-25 APC. THE MINIMUM SALIENT CHARACTERISTICS ARE AVAILABLE ON THE U.S. ARMY CONTRACTING AGENCY YUMA WEBSITE http://www.yuma.army.mil/contracting/. Items shall be delivered and installed by 05 October 2009 at the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number # W9124R-09-T-1100 and emailed to the point of contact (POC) listed below or sent by facsimile to 928-328-6534 no later than close of business 21 September 2009. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) Point of contact with telephone and facsimile numbers and e-mail address; (3) A completed copy of both FAR 52.212-3 Representations and Certifications Alt I and DFARS 252.212-7000 Offerors Representations and Certifications-Commercial Items; (4) Sufficient technical literature and description to enable the Government to evaluate conformance with the technical requirements (Ref FAR 52.211-6); (5) Proposed delivery schedule; (6) Proposed price to include any applicable freight. Arizona vendors are to include the Arizona Transaction Privilege Tax; and (7) A statement indicating that Government VISA credit card will be accepted as the method of payment. In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 17 September 2009 at 11:00 a.m. Mountain Standard Time (MST). Offerors that fail to furnish required representations or technical information as required by FAR provisions 52.212-1 and 52.211-6 or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provisions 52.211-6, Brand Name or Equal (Aug 1999) and 52.212-1, Instructions to Offerors of Commercial Items (Jun 2008). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Aug 2009) with Alternate I (Apr 2002) and DFARS provision 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/vffara.htm locate the referenced provision, copy and paste it to a Word Document and complete. If you have completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website ( https://orca.bpn.gov/), you are only required to submit a signed copy of section (b) of FAR Clause 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009) applies to this acquisition. FAR 52.247-34 FOB Destination (Nov 1991) is added by addendum. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Sep 2009) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-28, Post-Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Aug 2009), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans (Sep 2006), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009), specifically 52.203-3, Gratuities (Apr 1984), 252.203-7000, 252.225-7012, Preference for Certain Domestic Commodities (Dec 2008) Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.225-7035 Buy American Act---Free Trade Agreements---Balance of Payments Program Certificate (Jan 2009), 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Jul 2009), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), 252.243-7002, Request for Equitable Adjustment (Mar 1998), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002). DFARS clauses 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009), 252.211-7003, Item Identification and Valuation (Aug 2008) and 252.232-7010, Levies on Contract Payments (Dec 2006) are added by addendum. If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile (928) 328-6534 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R-09-T-1100/listing.html)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
 
Record
SN01952998-W 20090916/090914235849-669ff67de2140126b24cb2e7f57c6410 (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.