Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
MODIFICATION

34 -- Horizontal Boring Machine

Notice Date
9/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL55-10-Q-P0994
 
Archive Date
10/8/2010
 
Point of Contact
Teresa A Helm, Phone: 315-764-3252, Patricia L. White, Phone: (315) 764-3236
 
E-Mail Address
teresa.helm@dot.gov, patricia.white@dot.gov
(teresa.helm@dot.gov, patricia.white@dot.gov)
 
Small Business Set-Aside
N/A
 
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. Solicitation number DTSL55-10-Q-P0994 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The applicable NAICS code is 333512 and the size standard is 500 employees. Requirement as follows: Horizontal Boring Machine having physical properties and performance characteristics equal to or exceeding those of the Knuth Model BO 130 unit (1 each) in accordance with the attached specifications. Delivery FOB Destination by October 31, 2010 to Saint Lawrence Seaway Development Corporation, Attn: Receiving Warehouse, 251 Fregoe Road, Massena, NY 13662. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items (June 2008) applies to this acquisition. The provision is tailored to read (h) the Corporation will make one award to the offeror who provides the best value to the Corporation based on price and other price related factors contained in this notice; capability of the item meeting the Corporation's specifications' and the offeror's past performance in providing this type of equipment. Offeror shall submit reference information from at least three (3) customers who purchased a similar product within the last three (3) years to include name, address, and phone number. Offerors are also required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with its offer. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov (see below), only paragraph (b) of this provision needs to be completed and submitted. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010) is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010) are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate 1; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Addendum-Additional FAR Clauses applicable to this solicitation: 52.204-4; Printing or Copied Double-Sided on Recycled Paper (AUG 2000); 52.204-7, Central Contractor Registration (APR 2008); 52.247-34, F.O.B. Destination (NOV 1991). Response date for receipt of offers/quotes is by COB 4:30pm, Thursday, September 23, 2010. Offerors are required to submit descriptive literature with their quote. Quotes may be emailed to teresa.helm@dot.gov, faxed to (315) 764-3268, or mailed to PO Box 520, Massena, NY 13662. All responsible offerors may submit a quote which shall be considered by the Saint Lawrence Seaway Development Corporation. Questions regarding this acquisition are to be directed to Teresa Helm, Contract Specialist, (315) 764-3252 or by email to the address above. Offerors must be registered in the Central Contractor Registration database to be eligible for award. Register at www.ccr.gov. In conjunction with CCR registration, offerors shall complete their representations and certifications on-line at http://orca.bpn.gov. Full text of FAR clauses and provisions may be accessed electronically at www.arnet.gov/far/. The above combined synopsis/solicitation, DTSL55-10-Q-P0994, is hereby amended to take out FAR clause, 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. FAR clause, 52.225-1, Buy American Act-Supplies, is applicable to the above combined synopsis/solicitation for commercial items and replaces the Buy American Act-Free Trade Agreements-Israeli Trade Act clause.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL55-10-Q-P0994/listing.html)
 
Record
SN02275551-W 20100911/100910000557-ff06b09f3bac08ba0a031ae5418aae56 (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.