Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
SOLICITATION NOTICE

23 -- TEH 9000 TRAILER W/HITCH AND OWT TANDEM DUAL TRAILER W/HITCH

Notice Date
4/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-06-T-0028
 
Response Due
4/25/2006
 
Archive Date
5/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army John F. Kennedy Special Warfare Center and School has a requirement for a TEH 9000 TRAILER W/HITCH AND AN OTW TANDEM DUAL TRAILER W/ HITCH. This is a combined synopsis solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All persons responding must reference solicitation number H92239-06-T-0028 which is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-07. It is the contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. This requirement is a total 100% small business set aside. The North American Industry Classification System Code (NAICS) is 336212 and the size standard is 500 people. I. REQUIREMENT: The Contractor shall provide the following items as specified. The TEH 9000 and the OTW trailer will be used to transport equipment in support of training requirements. II. SCHEDULE CLIN 0001 THE 9000 Trailer, 22ft 12,000lbs w/trailer 1 ea CLIN 0002 OTW Tandem Dual Trailer w/trailer 2 ea Please review attached specifications for each trailer III. PRICE Price proposal shall include the per ITEM cost as part of the total cost. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offerors-Commercial Items: 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: Delivery, technical and price. The government will determine technical acceptability during technical review. Vendors shall submit clear item specifications to be included the government technical review. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. 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, with the following clauses in paragraph (b) applicable: 52-203-6 Alt 1, 52.219-6 Total Small Business Set-Aside, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.232-33, 52.247-59, FAR 52.222-3, Convict Labor, 52.225-1, Alt 1, Buy American Act-Supplies, 52.247-34, FOB Destination, 52.252-2, Clauses Incorporated by Reference, 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203 and 252.232-7003 Electronic Submission of Payment Requests. EVALUATION AND AWARD: Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the ?Best Value? to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) Technical acceptability (2) Delivery and (3) Price. Technical acceptability is defined as the contractor?s ability to meet or exceed the requirement. Technical acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated, as Pass will be further evaluated and considered for award. Offers will be evaluated for delivery. Delivery is defined as the capacity of the offer or and affirmation by the offer or to conform to the specifications of the trailers requested and the ability to provide only that which is requested. Offerors will be evaluated for Price. Price shall be quoted in accordance with the CLINs to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical capability is significantly more important than delivery and price combined. The factor of delivery is slightly more important than price. Offers shall remain valid for a minimum of 30 days. PROPOSALS ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Valaida Bradford), Fort Bragg, North Carolina, 28310, not later than 1:00 p.m. EST, 25 April 2006. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bradforv@soc.mil. It is the Contractor?s responsibility to ensure that the Contracting Officer receives proposals. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization with a schedule of the offered items to include unit and total price, (2) completed Representations and Certifications, and, (3) acknowledgment of any amendments that may be issued. Questions regarding this acquisition shall be submitted in writing and e-mailed to the Contracting Officer?s address provided not later than 18 April 2006. Telephonic questions pertaining this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contract for this requirement is Mrs. Valaida Bradford, Contract Specialist at (910) 396-0560, email, bradforv@soc.mil.
 
Place of Performance
Address: FORT BRAGG, NC
Zip Code: 28310
Country: USA
 
Record
SN01025987-W 20060413/060411221340 (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.