Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
MODIFICATION

38 -- Purchase and Delivery of a Hydraulic Powered Service Crane

Notice Date
9/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC133R-10-RQ-1444
 
Archive Date
9/28/2010
 
Point of Contact
Joan Clarkston, Phone: 816-426-7469
 
E-Mail Address
joan.e.clarkston@noaa.gov
(joan.e.clarkston@noaa.gov)
 
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; quotes are being requested and a written solicitation will not be issued. The government is issuing a request for quotes for a hydraulic powered service crane to be delivered to the Great Lakes Environmental Research Laboratory at Lake Michigan Field Station, 1431 Beach Street, Muskegon, MI 49441. The resulting purchase order shall be firm fixed priced. This procurement is set-aside for small business under NAICS code 423830 with a size standard of 100 employees. The government has located two primary manufacturers for a crane which meets the government's requirements which are the Liftmore Model 132X-15 and the Auto Crane 3203H. The government shall accept quotes for cranes that are brand name or equal. The salient characteristics to be considered equal are: - Extension (fixed boom) type crane; -Reach/height of the boom shall be at least 11 feet and its extension shall be powered; - No outriggers are required; - Rated lifting capacity shall be at least 3,200 lbs; - Crane Rating: 10,000 ft/lbs minimum; - Power rotation, boom elevation and extension to lift; - Manual boom extension to 15 ft; - Hydraulic powered, proportional controls; - 360 degree rotation; - 15 ft Control Pendant; - the crane does not need to be marinized; - the crane shall be used to lift sampling equipment; and - the government shall mount on a boat. The contractor shall be required to deliver the crane within 60 days of award to the Great Lakes Environmental Research Laboratory. The resulting purchase order shall have two contract line items. The first line item is for a quantity of one (1) crane, and the second line item is for the transportation costs of the crane to the government's facility. When providing a quote to the government, the offeror shall provide a price break out for line item 0001 and 0002. The government shall evaluate offers received based on lowest overall price that is determined technically acceptable from a responsible vendor. To be technically acceptable, the offeror must meet the salient characteristics listed above in their offer. Offerors shall provide required documentation in accordance with FAR 52.211-6, Brand Name or Equal, to demonstrate the suggested product meets those salient characteristics. The government reserves the right to request additional information from the lowest price technically acceptable offeror to evaluate its responsibility. The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 44. The following clauses and provisions are incorporated into this solicitation: - FAR 52.212-1, Instructions to Offerors-Commercial (JUN 2008) - FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009) - FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010) - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (JUL 2010). Applicable clauses marked are: * 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) * 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) * 52.219-28, Post award Small Business Program Rerepresentation (APR 2009) * 52.222-3, Convict Labor (JUN 2003) * 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JUL 2010) * 52.222-21, Prohibition of Segregated Facilities (FEB 1999) * 52.222-26, Equal Opportunity (MAR 2007) * 52.225-1, Buy American Act-Supplies (FEB 2009) * 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) * 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) - FAR 52.211-6, Brand Name or Equal (AUG 1999) To access a copy of the above clauses and provisions, you can access the FAR website at https://www.acquisition.gov/FAR/. Under Current FAR, select either "HTML Format" or "PDF Format." You will need to go to Part 52 to find the full text for these clauses and provisions. Any questions or requests for information pertaining to this request for quotes shall be submitted to Joan Clarkston via email or fax. When submitting your quote to the government, your offer shall include all items specified in FAR 52.212-1(b), specify the price for line items 0001 and 0002, and provide a completed representations and certifications (FAR 52.212-3) Offerors must submit their quotes no later than 12:00 PM (Central) on Monday, September 13, 2010 to Joan Clarkston via email or fax. Joan Clarkston's email address is joan.e.clarkston@noaa.gov and fax is (816) 274-6966. In order to be eligible for award, the offeror must be in the Central Contractor Registration (CCR) Database. Information pertaining to how to register can be located on the CCR website at: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133R-10-RQ-1444/listing.html)
 
Record
SN02273641-W 20100910/100909000425-81bb5ed2247c073376cf61ae29159fd8 (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.