Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
MODIFICATION

73 -- Dishwasher required at Fort Greely Alaska

Notice Date
7/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
RCO Fort Wainwright (PARC Pacific, 413th CSB), PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
ZIP Code
99703-0510
 
Solicitation Number
W912D010062792
 
Response Due
8/1/2011
 
Archive Date
9/30/2011
 
Point of Contact
Sadie Roudebush, 9073537126
 
E-Mail Address
RCO Fort Wainwright (PARC Pacific, 413th CSB)
(sadie.j.roudebush@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes or offers are being requested and a written solicitation will not be issued. The associated NAICS Code for this acquisition is 333319 and the small business standard size is 500 employees. This is a Total Small Business Set-Aside. A firm-fixed price quote is requested for the following items. Item descriptions are only noted to define the exact specifications needed by the end user. Qty 1 Hobart Model CLPS76e Dishwasher (Or Equivalent product) - Overall Dimensions 68 x 76 x 31. Direction of Operation: Left to Right. Voltage 208/60/3. Hinged Inspection Doors. Number of Tanks 2: Power Scrapper Capacity 23 Gallons, wash capacity 23 gallons. Pump Capacity: 165 Gallons per minute Quotes should include any applicable shipping costs to Ft. Greely, AK 99731. (Detailed delivery address to be provided in contract award) All equipment must be delivered NLT 20 days After Receipt of Award. If you are unable to meet this delivery deadline, please specify in quote the estimated arrival date to Ft Greely. All vendors must have a current CCR and ORCA in the system. The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) The Government will award a contract resulting from 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 will be used to evaluate offers: Price, delivery, technical specifications. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications-- Commercial Items, with their quotes. Offeror shall include a completed copy of DFARS 252.225-7000, Buy American Act Balance of Payments Program Certificate, if applicable. A copy of the Offerors Representations and Certifications and Buy American Act Balance of Payments Program Certificate may be obtained from http://farsite.hill.af.mil. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. Class Deviation 2001-O0002, FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). The following additional FAR clauses/ provisions apply 52.209-6, 52-211-6, 52-219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-22, 52.222-25, 52.222-35, 52.222-36, 52.222-37, 52.225-13 (DEV), 53.232-18, 52.232-36, and FAR 52.252-1 and 52.252-2 apply and are filled in to read http://farsite.hill.af.mil/. FAR 52.252-5 and 52.252-6 apply and are filled in to read Defense Federal Acquisition Regulation Supplement, Chapter 2. DFARS clauses 252.204-7004, 52.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.243-7001, 252.246-7000, and 252.247-7023, Alt III apply to this procurement. POC for questions regarding this requirement is Sadie J Roudebush at 907-353-7126. Offers should be emailed to Sadie.j.roudebush@us.army.mil or faxed to ATTN: Sadie Roudebush at 907-353-7302, no later than 01 Aug 2011. NOTE: This MOD is to extend the response date. Another MOD will be issued, once answers to vendor questions are available for posting. All vendor questions need to be submitted, via email, prior to Noon Alaska Time on Monday 25 July, to allow answers to be posted and quotes to be prepared prior to the response date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6ad4de0ecb5124ccf21337e02290d178)
 
Place of Performance
Address: RCO Fort Wainwright (PARC Pacific, 413th CSB) PO Box 35510, 1064 Apple Street Fort Wainwright AK
Zip Code: 99703-0510
 
Record
SN02507364-W 20110724/110723004302-6ad4de0ecb5124ccf21337e02290d178 (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.