Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOLICITATION NOTICE

W -- ANNUAL LEASE OF BOBCAT

Notice Date
1/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, United States Marine Corps, Chemical Biological Incident Response Forse, Naval Surface Warfare Center 101 Strauss Ave, Bldg 901, Indian Head, MD, 20640-5035
 
ZIP Code
20640-5035
 
Solicitation Number
M20364-06-Q-0001
 
Response Due
2/2/2006
 
Archive Date
2/17/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28 and Defense Acquisition Circular 91-13. This action is restricted to small businesses, has a NAICS code of 532412, and a size standard of 6.5 million dollars. This solicitation contains (1) one CLIN; it is the government?s intent of awarding a firm-fixed price contract. The Chemical Biological Incident Response Force, Indian Head, Maryland, has a requirement for the following items: CLIN 0001, Qty 12 months: Lease of one (1) Bobcat with front loader, pallet forks, and rental protection plan. The Bobcat will need to be serviced according to manufacturers schedule by a certified mechanic onsite during the course of the year. A mechanic will need to be on call for any needed emergency repairs to the equipment. We would also like for defective or broken equipment to be replaced within 48 hours from the time of notification of the equipment failure. The Bobcat will be delivered to Robert Downey Training Center located in Indian Head, MD 20640, 10 days after the award. This contract will be issued with a base and 2 option years. The vendor will provide quality products in accordance with the applicable documents listed above. The government reserves the right to select bids based on cost, delivery schedule, and as most advantageous to the government. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine the best value to the Government: Price, Technical Acceptance, and Delivery. The following FAR/DFAR Clauses/Provisions apply: 52.252-2, Solicitation Clauses Incorporated by Reference; 52.212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-3, Offeror Representatives and Certifications Commercial Items, http://www.arnet.gov; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5; Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; 52.232-33 Payment by electronic funds transfer (Central Contractors Registration); Termination for Convenience of The Government (Fixed- Price); 52.249-8, Default (Fixed- Price Supply); 252.212-7000, Offeror Representatives and Certifications Commercial Items; 252.232.7003, Electronic Submission of Payment Requests); and 252.243-7001, Pricing of Contract Modifications. Offerors responding to this announcement must provide the information contained in 52.212-3, Offeror Representatives and Certifications Commercial Items. In the event that FAR 52.212-3 cannot be obtained send an email or fax requesting a copy. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Established code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register (http://www.bpn.gov/CCRINQ/scripts/search.asp ) and Wide Area Workflow (https://wawf.eb.mil/ ) to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 02 February 2006, at 4:30 PM Eastern Standard Time. Ensure you are emailing your quotes to the below email address. Quotes sent to any other address will not be accepted. All responsible sources may submit a quote that will be considered by the Contracting Officer, Chemical Biological Incident Response Force, Indian Head, Maryland. P.O.C. for this solicitation is SSgt Telly J. Renfroe at (301) 744-2094--comm, (301) 744-2018?fax, or via email cbirfcontracting@cbirf.usmc.mil
 
Place of Performance
Address: 101 Strauss Ave, Bldg 700, Indian Head, Maryland,
Zip Code: 20640
Country: USA
 
Record
SN00968403-W 20060120/060118212641 (fbodaily.com)
 
Source
FedBizOpps 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.