Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOLICITATION NOTICE

23 -- FORD F350 FULL SIZE CREW CAB 4x4 PICKUP

Notice Date
6/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
441110 — New Car Dealers
 
Contracting Office
USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN05T0015
 
Response Due
6/30/2005
 
Archive Date
8/29/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial items provided in accordance with the format in Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. (see note before for RFQ) Solicitation W912LN05T0015 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-03 . This procurement is a total small business set-aside. (See 19.502-2) The NAICS code and small business size standard for this procurement are 441110 and 500 employees respectively. The vendor must state in their quotation their size for this procuremen t. USPFO for Vermont, VT-PFO-PC has a Firm Fixed Price requirement for the six (6) light trucks, Ford F350 Full Size Crew Cab 4X4 pickup (or equal). The size and minimum requirements are specified in the RFQ W912LN05T0015 which is available via email req uest to bernhardt.smyle@vt.ngb.army.mil (802) 338-3189 or gordon.lesperance@vt.ngb.army.mil. (802) 338-3185. Contractor shall provide all materials, labor and transportation necessary to deliver these vehicles in accordance with the RFQ. The following cla uses and provisions can be viewed through Internet access at the AF FAR site, http://farsite.hill.af.mil. The following FAR provisions and clauses apply to this acquisition: 52-212-1, Instructions to Offers-Commercial. Offers must include with their offe r a completed copy of provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. On-line registration is available at http://orca.bpn.gov ; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract T erms and Conditions required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-2 1, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purc hases; FAR 52.225-15 Sanctioned European Union Country End Products; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001,Buy American Act and Balan ce of Payment Program; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. Offers must be sent in writing/FAX to the Contracting Officer above not later than 4:00 p.m. on 30 June 2005. Award will be made on or about 15 July 2005. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving and contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. The government will award a cont ract resulting from this solicitation to a responsible vendor whose quote conforms to this solicitation and is considered most advantageous to the Government. Technical acceptability will be determined by information submitted by the vendor providing a de scription in sufficient detail to show that the product quoted meets the Governments minimum requirement. . If any of the items being quoted are under GSA schedule, provide the schedule number and ordering information. All responsible sources may submit an offer which, if received in a timely manner, will be considered.
 
Place of Performance
Address: USPFO for Vermont Camp Johnson, Building 3, Colchester VT
Zip Code: 05446-3004
Country: US
 
Record
SN00828749-W 20050615/050613211829 (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.