Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
MODIFICATION

35 -- Highline Dock

Notice Date
4/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Department of the Army, Joint Contracting Command, Iraq/Afgahnistan, BAGRAM RCC, APO AE, Non-U.S., 09354, Afghanistan
 
ZIP Code
00000
 
Solicitation Number
F3UUBG0058A00
 
Archive Date
4/25/2010
 
Point of Contact
CAPT TIMOTHY J KING, Phone: DSN3184313401
 
E-Mail Address
timothy.j.king@afghan.swa.army.mil
(timothy.j.king@afghan.swa.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. The following is a Request for Quote (RFQ), RCF3UUBG0058A002, using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20070531. It is the vendor's responsibility to be familiar with applicable clauses and provisions. The government is seeking six (6) rolling conveyer dock systems which can enable the building of 463L pallet trains. Dock system must have rolling conveyers with lanes for walking between them. Each conveyor lane must have a minimum capacity of 600 lbs. Dock must be able to hold six 463L pallets of 10,000 lbs. each for a total capacity of 60,000 lbs. The dock must have side entry sections to allow for entry from both ends of the dock and both side sections. The dock system is requested to be approximately 50 feet in length. The dock must be structurally sound to withstand heavy repetitive use and be able to withstand harsh climates, to include high dust exposure, extreme wind, and extreme hot and cold temperatures. All items are to be shipped commercially to the military consolidation point in Norfolk, VA and need to arrive within 30 days after contract award. Please submit quotes with unit prices, unit total prices, delivery direct to Norfolk, estimated delivery time, and total offer amount. Quotes will be evaluated using procedures in FAR 15.101-2, Lowest Price Technically Acceptable. The Government will evaluate the lowest priced offer for technical acceptability, and make award if found to be technically acceptable. If the lowest priced proposal is found to be unacceptable, the next lowest priced offer will be reviewed until one is found to be technically acceptable. To be found technically acceptable, the offer must meet or exceed all of the specifications listed in the attachment to include delivery to Nolfolk, VA within 30 days of contract award. Items must be brand new; no remanufactured items accepted. All offers must be submitted no later than 2359 (11:59 pm) Eastern Standard Time on Saturday, 10 April 2010. Offers and questions are to be e-mailed to Capt Timothy King at timothy.j.king@afghan.swa.army.mil. The following Federal Acquisition Regulation clauses apply: FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand name or equal (August 1999); FAR 52.212-1, Instructions to Offerors -Commercial items (Sep 2006); offerors shall provide a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote; FAR 52.212-4, Contract Terms and Conditions (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items(Mar 2007); FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); FAR 52.232-34, Payment by Electronic Funds Transfer- Other than Central Contractor Registration (May 1999); FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-34, F.O.B. Destination (Nov 1991); and FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). The following Defense Federal Acquisition Regulation Supplement clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.209-7004, Subcontracting with firms that are owned or controlled by the Gov't of a terrorist country; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7008, Assignment of Claims (Overseas); DFARS 252.232-7010, Levies on Contact Payments; DFARS252.233-7001, Choice of Law (Overseas); DFARS 209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. All clauses can be viewed on the Federal Acquisition Regulation website: http://farsite.hill.af.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-04-08 00:15:14">Apr 08, 2010 12:15 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-04-08 07:44:24">Apr 08, 2010 7:44 am Track Changes Offerors must include pictures and technical specifications of all items offered. This RFQ is amended to specify that the government requires six units of docks specified. Quotes must be for a total of six items. Due date for proposals is also amended to 2359 (11:59 pm) Eastern Standard Time on Saturday, 10 April 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bd08335d79f2d0505e06a39f91719da5)
 
Place of Performance
Address: NORFOLK OCEAN TERMINAL, 9248 VIRGINIA AVENUE, BLDG CEP-201, NORFOLK, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02117303-W 20100410/100408235822-bd08335d79f2d0505e06a39f91719da5 (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.