Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2003 FBO #0633
SOLICITATION NOTICE

23 -- This is a combined synopsis/solicitation for commercial item in accordance with FAR Subpart 12.6. The NAIC code is 335312,SB 1000 employees. Purchase 1 ea,Trailer with 8 Ton ECU, & 1 ea, 5 Ton ECU, MFR:Power Systems International,no subsitutio n.

Notice Date
8/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
DABQ06-03-T-0621
 
Response Due
8/25/2003
 
Archive Date
10/24/2003
 
Point of Contact
Steven L. Walton, (808) 438-6535
 
E-Mail Address
Email your questions to ACA, Fort Shafter
(steven.walton@shafter.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Proposals are being request ed and a written solicitation will not be issued. The solicitation number DABQ06-03-T-0622 IS ISSUED AS A Request for Quote (RFQ), and incorporates provisions and clauses those are in effect through Federal Acquisition Circular 90-45. The North American Industry Classification System code is 335312, with a small business standard of 1000 employees. The acquisition is a firm-fixed contract. No subsitution. Purchase 1 each Trailer W/20 KW GEN SET with 8 TON Environmental Control Unit Item Number 62-GET20 KW8OD and 1 each 5 TON Environmental Control Unit Item Number 62-LECU60, MFR: Power Systems International to included operator, parts manual. Delivery shall be made FOB destination (FAR 52.247-34) to Bldg. 551 E Quad, Schofield Barracks, HI 96857, CPT Rya n R. Eckmeier, (808) 655-2937. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply. FAR 52.212-2 Evaluation Commercial Items As a minimum, the proposal shall contain (1) Descriptive Literature to determine product acceptability; (2 ) Listing of past performance (contract references, include name/address/phone); (3) Ability to meet delivery schedule; (4) Price/Cost for CLINs 0001 and 0002. Offerors who fail to follow the format and requirements listed in 1 through 4 may be found unac ceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products will be considered. Award will be made to the responsible offeror on the basis of the lowest evaluated price with acceptable past performa nce and ability to meet the delivery schedule. The government may award a contract based on initial offers received, without discussion of such offers; therefore, initial offer should contain the offeror??????s best terms from a cost or price and technica l standpoint. Offerors must include a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifications Commercial Items and 52.212-7000 Offeror Representations and Certifications Commercial Items with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Governmen t, with Alternate I; FAR 52.203-10, Price or Fee adjustment for Illegal or Improper Activity 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52. 222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-0024 Preaward On-Site Equal Opportunity Compliance Evaluation; 52.203-3 Gratuities; 52.204-4 Printed or Copied Double Sided on Recycled Paper; 52.204-7001 Commercial and Government Entity Cage Code Reporting; 52.209-7001 Disclosure of Ownership or Control by The Government of a Terrorist Country; 52.212-7001 Contract Terms and Conditions Required to Implement Statutes; 52.232-0017 Interest; 52.232-0033 Payment by Electronic Funds Transfer Central Contractor Registration; 52.242-13 Bankruptcy; 52.400-4096 Electronic Funds Transfer Payment; 52.233-2 Service of Protest; 52.204-1 Approval of Contract. The following DFAR Clauses applies: 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 Payment Progr am; 252.225-7007 Buy American Act Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7015 Preference for Domestic Hand or Measuring Too ls; 252.247-7024 Notification of Transportation of Supplies by Sea, 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) DESIRED DELIVERY SCHEDULE, CLINs 0001 & 0002, 30 days after date of award. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery sche dule as follows: REQUIRED DELIVERY SCHEDULE Item 0001& 0002 within 45 days after date of award. The Defense Priorities and Allocations System (DPAS) does not apply. Descriptive literature and past performance shall be mailed or faxed to the Army Contract ing Agency, Regional Contracting Office, Hawaii, Building 520 (Basement), Fort Shafter, Hawaii 96858-5025, Fax numbers (808) 438-6544 or 438-1337 no later than 08/25/2003, 2:00 P.M. Hawaii Standard Time. For information regarding this solicitation, conta ct SFC Steven L. Walton (808) 438-6535, extension 185. All responsible sources may submit an offer. No telephonic requests for the solicitation package will be accepted.
 
Place of Performance
Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
Country: US
 
Record
SN00409953-W 20030824/030822213529 (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.