Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2006 FBO #1697
SOLICITATION NOTICE

61 -- GENERATOR

Notice Date
7/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-06-R-0013
 
Response Due
8/2/2006
 
Archive Date
10/1/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The U.S. Army Yuma Proving Ground, AZ has a requirement to purchase 3-each generators. The Request for Quote (RFQ) number is W9124R-06-R-0013 and incorporates provisions and clauses in e ffect through Federal Acquisition Circular (FAC) 2005-09 and Defense Federal Acquisition Regulations Supplement (DFARS), current to DCN 20060616. This acquisition is being solicited on an unrestricted basis. The North American Industry Classification Sys tem (NAICS) code is 335312 and the size standard is 1,000 employees. The resultant contract will be frim-fixed price. It is anticipated that payment under this contract will be made via government VISA credit card. Offeror shall account for any costs ass ociated with accepting credit card payment in their quote. Quotes are being solicited for the following items: Contract Line Item Number (CLIN) 0001-1 Each Hobart Model No. 90CU20P5, 90 KVA, Brand Name or Equal. Contract Line Item Number (CLIN) 0002-2 Eac h Hobart Model No. 60CU24PTR, 60 KVA with 28.5 VDC Option, Brand Name or Equal. The manufacturer of the brand name generator is Hobart Ground Power, 1177 Trade Road East, Troy, OH 45373-2479. All offerors proposing an equal item shall demonstrate that the proposed item meets or exceeds all of the minimum salient characteristics of the brand name item being solicited. The minimum salient characteristics can be found on our web site at http://www.yuma.army.mil/contracting/ under the above referenced RFQ numb er. Award will be made to the low priced offerors whose proposed product meets or exceeds the minimum salient characteristics provided within this notice. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.212-1 , Instructions to Offerors-Commercial items (Jan 2006); 52.212-3, Offeror Representations and Certifications-Commercial items (Mar 2005) with Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of F AR 52.212-3, Alt I are available upon request from the Contracting Officer. They may also be obtained on the web at http://farsite.hill.af.mil/vffara.htm. FAR 52.212-4, Contract Terms and Conditions-Commercial items (Sep 2005); FAR 52.212-5, Contract term s and conditions required to Implement Status or Executive Order-Commercial items (Apr 2006); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor-Cooperation wi th Authorities and Remedies (Jan 2006); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era and other Eligib le Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense acqui sitions of Commercial Items (Jun 2006). Specific clauses cited in DFARS 52.212-7001 that are applicable to this acquisition are: DFARS 252.225-7036 Buy American Act-North American Free trade Agreement Implementation Act-Balance of Payments Program (Jun 20 06). An addendum is incorporated into the solicitation to include FAR and DFARS clauses as follows: FAR 52.247-34, F.O.B. Destination (Nov 1991); FAR 52.211-6 Brand Name or Equal (Aug 1999) and DFARS 252.204-7004 Required Central Contractor Registration (Nov 2003). Any technical questions concerning this requirement shall be e-mailed to Samuel.Colton@yuma.army.mil on or before Close of Business (COB) 25-July-06. All offers being submitted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM (Samuel Colton), 301 C. Street, Yuma, AZ 85365-9498. Offers being submitted via any other carrier (i.e. FedEx or UPS) shall be addresse d to the U.S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFCA-SR-YM (Samuel Colton), Building 2100, Room 8, Yuma, AZ 85365-9106. Offers may also be submitted via facsimile to 928-328-6849 or E-mail to Samuel.Colton@yuma.army.mil. E- mail submission is preferred. All offers must be received in the Contracting Office no later than 9:00 a.m. MST, August 2, 2006, regardless of method of submission. As a minimum offerors shall include with their signed proposal the following information: (1) RFQ number, (2) company name and address, (3) point of contact with telephone and facsimile number and e-mail address, (4) a completed copy of both FAR 52.212-3 Representations and Certifications Alt I, (5) price (both unit price and total price) to i nclude any applicable freight, (6) proposed delivery schedule, (7) sufficient technical literature and description to enable the government to evaluate conformance with the technical requirements, and (8) a statement indicating that Government VISA credit card will be acceptable as the method of payment. Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from consideration. If you plan on participating in this acquisition, you are r equired to provide your name, address, phone number and e-mail address to Samuel.Colton@yuma.army.mil for notification of any amendments. See Note 22 with the exception that the time period for the receipt of proposals for consideration is 16 days instead of 45 days.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01091743-W 20060720/060718220944 (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.