Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

38 -- COMPACT TRACK LOADERS

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, 188 FW/MSC, 4850 LEIGH AVENUE, MAP, FORT SMITH, Arkansas, 72903-6096, United States
 
ZIP Code
72903-6096
 
Solicitation Number
F6Q6CE0126A001(COMBO)
 
Archive Date
8/3/2010
 
Point of Contact
Rachael L. Parker, Phone: 4795735280, ,
 
E-Mail Address
rachael.parker@ang.af.mil, 188msg.msc@ang.af.mil
(rachael.parker@ang.af.mil, 188msg.msc@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) # F6Q6CE0126A001 THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS. This procurement is being issued as a 100% small business set aside under North American Industrial Classification Standard (NAICS) 423810 and Size Standard 100 Emp. FOB: Destination for delivery to 188th FW, AR ANG, Fort Smith, AR 72903. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price, technical acceptability, delivery, past performance, and the overall best value (as determined by the Government) - The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal. Quotes should be good for 30 days from date of submission and must be sent to Rachael Parker at Rachael.Parker@ang.af.mil or 188msg.msc@ang.af.mil or faxed to 479-573-5862 no later than 10:00 AM CST on 19 July 2010. Project Number: F6Q6CE0126A001 Project Title: Compact Track Loader 1. Quote shall conform to the CLIN structure as established in this synopsis/solicitation. 2. Quotes shall be valid for 30 days after close of solicitation.. 3. All questions or comments must be provided to the Contract Specialist in writing; telephone and other means of oral communication will not be permitted. The Contract Specialist is Rachael Parker, rachael.parker@ang.af.mil. Contracting Officer is Laura English, laura.english@ang.af.mil The contract will be Firm Fixed Price with the following structure: (brand name or equal): 354-1231 CATERPILLAR 299C COMPACT TRACK LOADER to include ANSI and NACD instructions, radio with AM/FM and cd player, and counterweight machine, High flow xps hydraulics, A/C. 2 EA 299C CATERPILLAR TRACK LOADER BUCKET- w/Boce 84" 2 EA 299C CATERPILLAR TRACK LOADER BLADE-dozer, 6 way, 92" 1 EA 299C CATERPILLAR TRACK LOADER AUGER W/9" AND 12" BITS 1 EA 299C CATERPILLAR TRACK LOADER HAMMER-h65d s hammer, pin on 1 EA 299C CATERPILLAR TRACK LOADER TRENCHER, T9B, hyd 6" 1 EA To include mounting group, connecting lines, moil tool, and all related labor. 1 year commercial warranty or better. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Vendor must submit Cage Code, Tax ID number, and past performance references with quote. The following Clauses apply to this award: FAR 52.204-9: Personal Identity Verification of Contractor Personnel FAR 52.212-1: Instructions to Offerors -- Commercial Items. FAR 52.212-2: Evaluation -- Commercial Items. The following factors shall be used to evaluate offers: Lowest price technically acceptable. FAR 52.212-3 Alt I: Offeror Representations and Certifications-Commercial Items FAR 52.212-4: Contract Terms and Conditions-Commercial Items FAR 52.212-5: Contract Terms and Conditions FAR 52.219-1: Small Business Program Representation FAR 52.219-6: Notice of Total Small Business Set-Aside FAR 52.219-28: Post-Award Small Business Program Representation FAR 52.222-3: Convict Labor FAR 52.222-21: Prohibition of Segregated Facility FAR 52.222-22: Previous Contracts and Compliance Reports FAR 52.222-25: Affirmative Action Compliance FAR 52.222-26: Equal Opportunity FAR 52.222-36: Affirmative Action for Workers with Disabilities FAR 52.222-42: Statement of Equivalent Rates for Federal Hires FAR 52.222-50: Combating Trafficking in Persons FAR 52.223-5: Pollution Prevention and Right-to-Know Information FAR 52.232-33: Payment by Electronic Funds-Central Contractor Registration FAR 52.233-1: Disputes FAR 52.233-3: Protest After Award FAR 52.237-2: Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-15: Stop-Work Order FAR 52.252-2: Clauses Incorporated by Reference (view clauses at): http://farsite.hill.af.mil DFARS 252.204-7004 Alt A: Central Contractor Registration DFARS 252.212-7001 Dev.: 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA03-1/F6Q6CE0126A001(COMBO)/listing.html)
 
Place of Performance
Address: 4850 LEIGH AVE, FORT SMITH, Arkansas, 72903, United States
Zip Code: 72903
 
Record
SN02206176-W 20100716/100714235535-810d6aa08834e760ff107dc0ac8d3bcd (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.