Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
MODIFICATION

28 -- John Deere Engine Parts - Amendment 1

Notice Date
7/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
10856108
 
Archive Date
8/2/2016
 
Point of Contact
Phillip Chik,
 
E-Mail Address
phillip.l.chik2.mil@mail.mil
(phillip.l.chik2.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 1 Action Code: Combined Synopsis/Solicitation Notice Class Code: 2815 Subject: John Deere Engine Parts OEM parts for the Oregon Army National Guard Solicitation Number: 10856108 Posted Date: 6-17-16 Set-Aside: N/A Response Date: 7-18-16 @ 2:00 pm PST Contracting Office Address: United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047 Place of Performance: USPFO for Oregon ATTN: USPFO-P, PO Box 14350 Salem, OR 97309-5047 US 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 solicitation is No. PR: 10856108 and is issued as a Request for Quote (RFQ). Quotes are due by 18 July 2016 @ 2:00 pm Pacific Time. This RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 333618. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: CLIN 0001: John Deere OEM Parts Provide OEM parts for John Deere 6 CYL 6068T Diesel Engines per attached Specifications and items list attached as "additional documentation" to the announcement. Only brand name items will be considered. Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with at total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation. Evaluation Criteria: Award will be made to the lowest priced offeror that meets all the Specifications outlined in the Specifications page and is determined responsible in accordance with FAR Part 13. Terms and Conditions: Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' quotes shall be valid for a minimum of 30 days to be acknowledged in the offerors' quote. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAR 52.204-7, Systems for Award Management. FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal). FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52.212-4, Contract Terms and Condition-Commercial Items. FAR 52.212-5, (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36, Affirmative Action for Workers With Disabilities. FAR 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era. FAR 52.222-44, Fair Labor Standards act and Service Contract Act-Price adjustment. FAR 52.222-54, Employment Eligibility Verification. FAR 52.223-5 Pollution Prevention and Right to Know Information FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-36, Payment by Third Party. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.225-1, Buy American - Supplies. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal). FAR 52.211-17, Delivery of Excess Quantities (for multiple quantities). FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable). FAR 52.219-28, Post Award Small Business Representation (if applicable). FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). FAR 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.243-7002, Request for Equitable Adjustment (when applicable). DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.215-7008, Only One Offer. DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. DFARS 252.232-7006, Wide Area Workflow. DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.246-7003 Notification of Potential Safety Issues This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Phillip Chik Offerors can submit their quote any time before the due date to: Phillip Chik at phillip.l.chik2.mil@mail.mil please verify receipt of your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10856108/listing.html)
 
Place of Performance
Address: 5.1.1Clackamas CSMS #44 BLDG 6480, 15300 SE Minuteman Way, Clackamas, Oregon, 97015, United States
Zip Code: 97015
 
Record
SN04174434-W 20160709/160707235430-fb89ceb3e29e1aa126bf8ffdea3e4f07 (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.