Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

23 -- Polaris Ranger 4X4 or equal

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W91LE66164B360
 
Response Due
9/22/2006
 
Archive Date
11/21/2006
 
Small Business Set-Aside
Total Small Business
 
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 separate written solicitation will not be issued. (ii) This Request for Quotation (RFQ) number is W91LE6 6164-B360. (iii) This RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circula r (FAC) 2001-21. (iv) This procurement is restricted to small businesses and the applicable NAICS is 441229 (v) This RFQ contains seven line items. Requirements are: 1. 2 (two) each Polaris Ranger 4 x 4 or equal. 2. 2 (two) each Polaris Windshield (Accessory) or equal 3. 2 (two) each Polaris Soft Top (Accessory) or equal 4. 2 (two each Polaris Soft Doors (Accesory) or equal 5. 2 (two) each Polaris Heater System (Accessory) or equal 6. 2 (two) each Polaris Snow Tracks (Accessory) or equal 7. 2 (two) each FLOE 8 x 16 Trailer Tandem Axl Brakes Drive On/Drive Off Price quoted must be FOB Fort Richardson Alaska 99505. (vi) Delivery location, Acceptance will be Government FOB destination: Fort Richardson, Alaska 99505. (vii) The provision at FAR 52.212-1, Instructions to Offerors  Commercial (JAN 2004), applies to t his acquisition. (vii), Offers will be evaluated using the provision at FAR 52.212-1, Evaluation -- Commercial Items (Jan 1999) with the following evaluation factors: technically acceptable, past performance, and price. Technical and past performance wh en combined are more important than price. The contract will be awarded to the offeror that provides the best value to the government based upon the stated evaluation factors. (ix) All offers must include a completed copy of the provision at FAR 252.212-7 000 Offeror Representations and Certifications--Commercial Items (1995); (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. (xi ) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.211-6, Brand Name or Equal (AUG 1999), FAR 52.214- 21  Descriptive Literature (APR 02); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52 .246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38  Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); FAR 252.209-7001 Disclosure of Ownership or Control by t he Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors ( Dec 1991); 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, Veterans of the Vietnam Era, and Other Eligible 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 52.222-19, Child Labor-Cooperation with Author ities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiii) NA. (xiv) NA. (xv) All o ffers are due no later than 10:00 AM, Alaska Time, 22 September 2006 at the Regional Contracting Center  Alaska, ATTN: SFCA-PRA, P.O. Box 5-525, BLDG 600 Room B242, Fort Richardson, AK 99505-0525. (xvi) For further information contact Olen Northern via fa csimile (907) 384-7112, or e-mail: olen.northern@richardson.army.mil.
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN01147001-W 20060920/060918221000 (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.