Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOLICITATION NOTICE

24 -- This is a combined synopsis/solicitation for commercial items in accordance with FAR Subpart 12.6.The NAIC code is 3331120,SB 750 employees.Purchase 6 each Brand name/equal Kubota Utility AG Tractor Model No. M9000 Cab Tractors & Attachment.

Notice Date
9/4/2003
 
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-R-0081
 
Response Due
9/12/2003
 
Archive Date
11/11/2003
 
Point of Contact
Robert Batangan, (808) 438-6535 ext 199
 
E-Mail Address
Email your questions to ACA, Fort Shafter
(Robert.Batangan@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-R-0081is issued as a Request for Quote (RFP), and incorporates provisions and clauses those are in effect through Federal Acquisition Circular 90-45. The North American I ndustry Classification System code is 3331120, with a small business standard of 750 employees. The acquisition is a firm-fixed contract. Purchase 3 each Brand name or equal Kubota Utility AG Tractor Model No. M9000 Cab Tractors with 1 each Front Loader LA 1251A Quick Attach; 1 each 84 inch Loader Bucket Quick Attach; and 1 each Pallet Forks with Quick Attach Frame to included operator, parts manual and on site training. Minimum characteristics are as follows: ROPS Certified Cab with Retractable Seat B elt; Dual Level Heat and Air conditioning; Fresh Air Ventilation, Cloth seat with armrests and reclining back; Flat deck with hanging pedals; Tilt steering wheel; Tinted glass; Seamless front windshield; Two frameless doors, Wide anti-slip steps, Full open rear hatch type window, two side windows with vent latches; two headlights; two front (cab mounted) work lights; Right side control panel; Interior lamp; door and switch activated; 12 Volt accessory (cigarette lighter); 12 Volt 15 Amp electrical outlet; R ight post hard mount; left side, outside mirror; Ash Tray; Sun visor; Safety flashers with turn signals (2 front, 4 rear); Two tail lights; 2 Rear Work lights; Right Side exterior mirror; Radio Cassette; Rear Wiper with Washer; Speed (Forward/reverse); 12F /12R (DTCCS); Height of ROPS: 98.4 inches; Height of CAB: 99.6 inches; Overall Width : 78 inches; Overall length: 4WD 149.6 inches; Ground Clearance: 20.5 inches; Wheelbase: 88.6 inches. Delivery shall be made FOB destination (FAR 52.247-34) to Bldg. 11 24 Beaver Road, Schofield Barrack, HI, Ms Sukanya Fyfe, (808) 655-9702. 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 Literatur e 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 through 0004. Offerors who fail to follow the format and requirem ents listed in 1 through 4 may be found unacceptable. 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 e valuated price with acceptable past performance 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 technical 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 Comme rcial 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, Restrict ions on Subcontractor Sales to the Government, 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 Subc ontracting; 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 Di sabled 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 Re porting; 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 Contr actor 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 Stat utes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007 Buy American Act Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7015 Pr eference for Domestic Hand or Measuring Tools; 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 through 0004, 30 days after date of award. If t he 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 de livery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE Item 0001 through 0004 within 60 days after date of award. The Defense Priorities and Allocations System (DPAS) do not apply. Descriptive literature and past per formance shall be mailed or faxed to the ACA-RCO-HI, ATTN: SFCA-PRH-C, Building 520 (Basement), Fort Shafter, Hawaii 96858-5025, Fax numbers (808) 438-6544 or 438-1337 no later than 09/12/03,12:00 A.M. Hawaii Standard Time or by e-mail BatangaR@shafter.ar my.mil. For information regarding this solicitation, contact Robert Batangan (808) 438-6535, extension 199. 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
SN00425370-W 20030906/030904213400 (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.