Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

62 -- Diesel light towers

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 5880 Channel View Blvd JACKSONVILLE, FL
 
ZIP Code
00000
 
Solicitation Number
806FP069
 
Response Due
8/21/2006
 
Archive Date
9/20/2006
 
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. This solicitation is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The NAICS code is 335129 and the SIC code is 3648. The following ?Brand Name or Equal? items will be procured. Genie, Model # TML4000N, 6 each. Salient characteristics: Diesel powered light tower on its own trailer with ability to run continuously for 60 hours between fueling, with warranty, 28 ft. extended tower height, four 1,000 watt metal halide lights, convenient bulb replacement, 6 kw Gen-Set Powering, rust and corrosion coating, stainless steel hinges, illuminated display panel. Required delivery is 15 September 2006. Shipments are to be FOB Destination. Preservation/Packaging/Packing/ Marking shall be best commercial practice. Delivery shall be to United States Marine Corps, Blount Island Command, 5880 Channel View Blvd, Jacksonville, Florida 32226. To be considered for award, offers of "equal" products of the brand name manufacturer must meet the (1) the salient characteristics specified in the solicitation (2) clearly identify the item by (i) Brand name (ii) make or model number (3) include descriptive literature. Mark any descriptive literature to reference item numbers. The Government will evaluate "equal" products on the basis of information furnished by the offeror identified in the offer. The Government is not responsible for locating or obtaining any information not identified in the offer unless the offeror clearly indicates in its offer that it will provide the brand name referenced in this announcement. Commercial literature/brochure showing the detailed specifications of the product offered must accompany each proposal. Proposals shall be evaluated based on price and meeting the salient characteristics described herein. The following clauses apply to this acquisition, FAR 52.212-1, Instructions to Offerors ? Commercial, FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial items. All offerors must complete and submit FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items with its offer. Offers are due by 10:00 a.m.EDT, 21 August 2006. All interested parties should submit their response to Alice Settle at Contract Support Branch, Blount Island Command, 5880 Channel View Blvd., Jacksonville, FL 32226-3404 or e-mail settleam@bic.usmc.mil. All sources must be registered in the central contractor registration database, http://www.ccr.gov. The USMC utilizes Wide Area Workflow (WAWF) as its ONLY authorized! method to electronically process vendor requests for payment. If your business is not currently registered to use, please visit the WAWF-RA website at http://wawf.eb.mil.
 
Record
SN01107287-W 20060806/060804223110 (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.