Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2003 FBO #0420
SOLICITATION NOTICE

23 -- TRAILER EQUIPMENT ELEVATING BODY 4 WHEEL 12 VOLT ELECTRIC HYDRAULIC PUMP UNIT, ADVANCE METAL WORKING LIFT A LOAD MODEL EPT4-715, LALP9239, LALP9217 AND LALP4415, 2 EA SEE SOLICITATION IN NECO.

Notice Date
1/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403T0378
 
Archive Date
2/27/2003
 
Point of Contact
CINDY LAMMENS 619-532-2411
 
E-Mail Address
Email your questions to Click here to email the contract specialist
(cynthia_a_lammens@sd.fisc.navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constit utes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-03-T-0378 closes 1/28/03 3:00 PM applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 1/31/02. The standard industrial code is 3715 (NAICS 336212), And the business size standard is 500 employees. The agency need is for 2 ea The following brand name products are known to be acceptable: 1) Advance Metalworking, Lift A Load Division, Model EPT4-715, with extra bed width 6 inches #LALP9239, with 5/8" tie down rail #LALP9217, with cargo winch 8400 lbs. LALP4415, 2 ?" Lunette Hitch, with Tailgate winch . The following salient characteristics are CRITICAL / ESSENTIAL to the Government Line Item 0001 FSC 2320 Trailer, equipment, elevating body, 4 wheel, 12 volt electric hydraulic pump unit, approx 180 inch load space in length and 62 inch in width, 15,000 lb payload, with adjustable lunette ring, swing up tongue, platform support jacks, electric brakes both axles, stop, tail and turn lights on rear, license plate bracket, safety breakway system, ssafety chains, diamond plate floor, 6 floor tie downs, deck to be raised from ground level to a height of 52 inch or any height in between for safe loading and unloading and remain level at all times, one person operation, spare tire and wheel, electronic brake controller, pump power cable. Note: trailer must go from gound level a height of 52 inch during loading and unloading. Extra bed width 6 inches, 5/8" tie down rail, cargo winch 8400 lbs, 2 l/2 " Lunette Hitch, tailgate winch. Type of Hitch: Tongue, tire size: 215-75R-17.5, max height-top of bed 52", min height-top of bed 8", max load at 55 MPH: 15,000 lbs., bed size (inside width and length) 62" )plus additional 6"in extra bed width x 180", electric brakes 12 ?" x 3 3/8" Model 715, DC electric/hydraulic pump, 48" tailgate winch/ramp, rear platform support jacks, safety chains, safety breakaway system, steel diamond plate flooring, tiedown rings (six, three each side), color blue with white trim. Propose shipping charges as a separate line item. All items are to be delivered to: Keyport Wash. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offere d to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): 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. DFARS 252.212-7001, Contract Terms an d Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's min imum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Items 0001. Contractor must furnish proof of past performance of same or similar item, provide contract numbers, Government agencies, names, and phone numbers. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must includ e the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 30 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 1/28/03 3:00 PM, local time, and will be accepted via fax (619-532-1088) or via e-mail (Cynthia_A_Lammens@sd.fisc.navy.mil) Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher .
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00246599-W 20030126/030124214617 (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.