Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2002 FBO #0250
SOLICITATION NOTICE

34 -- METALWORKING MACHINERY - ENGINE LATHE

Notice Date
8/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
DAHA06-02-Q-0031
 
Response Due
8/31/2002
 
Point of Contact
Diana Marini, 860-524-4873
 
E-Mail Address
Email your questions to USPFO for Connecticut
(Diana.Marini@ct.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 are being requested and a written solicitation will not be issued. The solicitation number is DAHA06-02-Q-0031. and is issued as a Request for Quotes (RFQ). The Standard Industrial Classification (SIC) code is 3541; the North American Industry Classification System (NAICS) code is 333512, size standard 500 personnel. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. The proposed contract is 100% set aside for small business conce rns. The Connecticut Army National Guard, 1109th AVCRAD Facility has a requirement for one Engine Lathe. The Government considers Bridgeport-Romi EZ-PATH SD X 40 INCH CNC Automated Engine Lathe, 13866212; to include the following accessories: 8 inch 3-Ja w Self Centering Rohm Chuck, 11865902; Soft Jaws for 8 Inch Rohm Chuck, 11866529; Kennametal Tooling Kit, 11682222; 16 Inch Diagonal Face Plate, 11866337; Steady Rest (Hinged-Type), 11865919; or equal to meet the minimum requirements of the Government. Qu otes must include machine set-up for proper operation, leveling, installation of components and equipment training. All equipment must be new and conform to all applicable standards and specifications. The Acquisition will be FOB Destination with Deliver y and Acceptance point at the 1109th AVCRAD, 139 Tower Ave, Groton-New London Airport, Groton, Connecticut 06340-5300. Delivery date shall be within 90 days of receipt of order. Please acknowledge all requirements on quotations. Each offeror's initial quo te should be complete and accurate. Offerors must provide warranty information specific to all equipment. Award will be made to the offeror whose quote represents the best value to the Government. The best value Award will be based on the evaluation of quo tes for conformity to the synopsis/solicitation, technical capability of equipment, price and past performance. Information to include points of contact on the last three contracts for similar equipment should be provided. Descriptive literature is requir ed with your offer. Descriptive literature must be of the type and detail sufficient to allow for a determination of compliance with the solicitation, and evaluation of equality with the specified products, the terms of any expressed warranty, price, and d elivery times. You can visit the web-site at www.arnet.gov/far for the provisions and clauses needed for this synopsis/solicitation. The provision of FAR 52.212-3 - Offeror Representations and Certifications, applies to this RFQ, a completed and signed c opy of this provision shall be submitted with all offers. The following Federal Acquisition Regulations (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1 - Instructions to Offerors - Commercial Items; 52.21 2-2 ? Evaluation ? Commercial Items; 52.212-4 - Contract Terms and Conditions - Commercial Items; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.203-6 - Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-21 - Prohibition of Segregated Facilities; 52.222-22 - Previous Contracts and compliance Reports; 52.222-25 - Affirmative Action Compliance; 52.222-26 - Equal Opportunity; 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration; 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 - Buy American Act and Balance of Payments Pro gram; 252.204-7004 - Required Central Contractor Registration. All offers must include a delivery schedule. Phone calls are discouraged in response to this soli citation, e-mail is preferred. Offers must be submitted to the USPFO for Connecticut, Purchasing and Contracting, ATTN: Diana Marini, 360 Broad Street Hartford, Connecticut 06105-3779 or via fax (860)524-4874 or e-mail diana.marini@ct.ngb.army.mil. Not Lat er Than 2:00 PM, 30 August 2002.
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3795
Country: US
 
Record
SN00135346-W 20020809/020808085136 (fbodaily.com)
 
Source
FedBizOpps.gov 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.