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 -- Diesel Powered Sideloader

Notice Date
8/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC PUGET SOUND, 467 W STREET, BREMERTON, WA, 98314-5000
 
ZIP Code
98314-5000
 
Solicitation Number
N00406-03-T-2544
 
Response Due
8/27/2003
 
Archive Date
9/11/2003
 
Point of Contact
Karen Barba, Contract Specialist, Phone 360-476-2106, Fax 360-476-6479, - Teresa Kelly, Contract Specialist, Phone 360-476-5082, Fax 360-476-9375,
 
E-Mail Address
karen_l_barba@puget.fisc.navy.mil, teresa_l_kelly@puget.fisc.navy.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 supplement with additional information included in this notice. Reference number N00406-03-T-2544 is hereby issued as Request for Quote. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. This acquisition is 100% set-aside for small businesses (52.219-6 applies) and NAICS code is 333924 (SIC 3799) applies, which has a small standard size of 750 employees. The requirement is for 1 each diesel powered sideloader. Specifications are as follows: 8K load carrying capacity @ 24? load center, 5K elevated and extended lifting capacity @ 144? vertical, maximum outer turning radius of 100?, maximum speed of 10 MPH, four-way all wheel steering system, all wheel hydrostatic drive (hydraulic motor for each wheel), extender forks (spreader bar) of 240?, hardwood top platform/deck, diesel engine type, dual filter air cleaner, 24? platform height, 144? maximum overall height, 96? maximum overall width, 108? maximum overall length, 48? mast travel, 48? fork spread, 3 degrees fork tilt forward/back, backup alarm, enclosed steel cab, seatbelt, heater/AC option for cab, fire extinguisher & bracket, rear combination lights, rear view mirror(s), rear work light, solid rubber drive tires, 6? minimum under vehicle clearance, strobe light (yellow), set of 4 guide rollers, guide roller rail design drawings. The offeror must also identify suggested material tie down locations. The Government reserves the right to require a demonstration of the products offered in response to this solicitation. Delivery is required no later than 09/19/03 (anticipate order placement no later than 08/30/2003). FOB Destination at Bremerton, WA 98383 (52.247-34 applies). Inspection and acceptance at destination. Contractor must be CCR registered to receive award (252.204-7004 applies). The following provision/clauses are included: 52.212-1 Instructions to Offerors ? Commercial Items; 52.212-3 Alternate 1 Offeror Representation and Certification; 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 including 52.219-6 Notice to Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor ? Coorperation with Authorities & Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era & Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era & Other Eligible Veterans, 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-36 Payment by Third Party; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items including 252.225-7001 Buy American Act & Balance of Payments Program, and 252.247-7023 Transportation of Supplies by Sea, 252.225-7000 Buy American Act-Balance of Payments Program Certificate (must be completed and submitted with quote); 5252.213-9401 Notice to Prospective Suppliers (RYG); 52.216-1 Type of Contract (firm fixed price supply); L500 Review of Agency Protest; 5252.213-9402 Additional Evaluation Factor for Consideration of Past Performance ? Navy Red/Yellow/Green Program. Quote submissions MUST include a completed copy of the certification provisions at 52.212-3 Alternate I and 252.212-7001, Tax Identification Number, CAGE Code, DUNS#, Company POC name, telephone, email and fax, product literature per 52.211-6. The full text of clauses may be accessed electronically at these addresses: FAR clauses http://www.arnet.gov/far/, DFARS clauses http://www.acq.osd.mil/dp/dars/dfars.html, NAPS clauses http://www.abm.rda.hq.navy.mil/naps/, and NAVSUP clauses http://www.puget.fisc.navy.mil/Contracting/p592.pdf. Questions and Quotes can be directed to Ms. Karen Barba via fax 360-476-8701 or email karen_l_barba@puget.fisc.navy.mil. Quotes must be received no later than 1:00 PM (PST) on 27 August 2003 to be considered for award. The Government reserves the right to award without discussions. All responsible sources may submit a quote, which shall be considered by FISCPS. Electronic submission of quotes is not available at this time.
 
Place of Performance
Address: Puget Sound Naval Shipyard, Bldg. 455 South, Attn: Bill Richards, Bremerton, WA
Zip Code: 98383
Country: USA
 
Record
SN00410156-W 20030824/030822213800 (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.