Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

38 -- Gravity Flow Hopper

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
W90CCB-0222-4352
 
Response Due
9/8/2010
 
Archive Date
11/7/2010
 
Point of Contact
Jeffrey B. Strange, 701-333-2222
 
E-Mail Address
USPFO for North Dakota
(jeffrey.strange1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for two (2) gravity flow hoppers prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, W90CCB-0222-4352, is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43. This requirement is a total small business set-aside. The NAICS code is 333120 Construction Machinery Manufacturing, Size Standard is 750 employees. Hopper Specifications: - Approximate 10 cubic yard capacity - Square top opening (approximately 10-11 feet per side) - Steel construction, walls 1/4 inch thick (minimum) - Adjustable material flow controls - Adjustable steel support structure - Suitable finish with paint and rust inhibitor - 10 foot electric belt feeder suitable for use with the hopper Note: the hoppers will be used for the storage and distribution of cement ingredients. The provisions at 52.212-2, Evaluation-Commercial Items apply. The Government will award 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, delivery time, and product specifications. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Contracting Officer will evaluate products on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Offerors shall include delivery charges in their offer; utilize the attached RFQ document to submit offer along with product specifications. The provisions and clauses listed below are applicable to this solicitation. FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, 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 Required to Implement Statutes or Executive Orders-Commercial Items (Dev), FAR 52.219-6 Notice of Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Representation, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-25 Prompt Payment, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-36 Payment by Third party, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirements to Inform Employee of Whistleblower Rights, DFARS 252.204-7004 Alt A Central Contractor Registration, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, DFARS 252-225-7000 Buy American Act- Balance of Payments Program Certificate, DFARS 252.225-7001 Buy American Act and Balance of payments Program, DFARS 252-232-7010 Levies on Contract Payments, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, DFARS 252.225-7035 Buy American Act- Free Trade Agreements-Balance of Payments Program Certificate, DFARS 252.225-7036 Buy American Act- Free Trade Agreements- Balance of Payments program Delivery requirement: 45 days ARO, FOB Destination: North Dakota National Guard, USPFO Warehouse (Camp Grafton), 4417 Hwy 20, Bldg 6330, Devils Lake ND 58301. Offers submitted on a basis other than FOB Destination will be rejected as non-responsive (FAR Part 47.305-4(b)). All offerors must be registered in the Central Contractor Registration (CCR) and Online Representation & Certification Application (ORCA) databases. Lack of registration in CCR and ORCA will make an offeror ineligible for award. Registration information can be found at http://www.bpn.gov. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil or http://www.arnet.gov/far. Quotes are due: 4:00 PM EST on Wednesday, 8 September 2010 via e-mail to jeffrey.strange1@us.army.mil or faxed to USPFO For North Dakota (P&C) at 701-333-2230. Point of Contact for this combined synopsis/solicitation is Jeff Strange, 701-333-2222.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32/W90CCB-0222-4352/listing.html)
 
Place of Performance
Address: USPFO for North Dakota P.O. Box 5511, Bismarck ND
Zip Code: 58502-5511
 
Record
SN02265023-W 20100903/100902000409-aeab981d79d5f7921397e411d64ffc8b (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.