Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2007 FBO #1935
SOLICITATION NOTICE

36 -- Paper Baler for Ft. Riley, KS.

Notice Date
3/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
ACA, Fort Riley, Directorate of Contracting, 802 Marshall Loop, Fort Riley, KS 66442-0248
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-07-T-0022
 
Response Due
3/19/2007
 
Archive Date
5/18/2007
 
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; offers ar e being requested and a written solicitation will not be issued. Solicitation W911RX-07-T-0022 is issued as a request for quotation (RFQ). This solicitation is Small Business set aside under NAICS 423830 with the small business size standard of 100 emplo yees. There are a total of 5 CLINS. CLIN 0001: Qty 1 EXCEL MODEL 2R-9, or equal, TWO-RAM AUTO TIE BALER. CLIN 0002: Qty 1 SPOOL 12 - GUAGE WIRE compatible with Baler. CLIN 0003: Freight to Ft. Riley, KS 66442. CLIN 0004: INSTALLATION and SETUP ONSITE of new baler. CLIN 0005: Trade In Credit on a Cram-A-Lot model HX-72 with conveyor including removal and freight costs. ***** IMPORTANT INFORMATION**** Baler must meet the following salient features: - Interlocking tab construction on the frame - Tapered saw tooth shear bar - Ram locating system, showing cylinder position at all times - 1 year warranty on parts and labor - Trade in for old baler, which includes dismantle and shipping - Dimensions of baler (29 ft-2 ? in x 51 ft-3 ? in) will allow the baler to be placed without reconfiguring existing floor plan - Timeliness of installation is very important, down time chould be no more than 3.5 days i ncluding dismantling of old baler and installation of new baler - Custom build conveyor and required hopper extension to be set above ground. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05. FAR, DFAR, and ACA AI Provisions and Clauses may be accessed at http://farsite.hill/af/mil or http://aca.saalt.army.mil/Library/Acq-Instr uctions.htm. The following provisions and clauses are applicable: 52.211-6 Brand name or equal. 52.212-1 Instructions To Offerors Commercial Items. 52.212-3 Alt I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms And C onditions Commercial Items. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items and the additional FAR clauses that are applicable to the acquisition: 52.219-6 Total Small Business Set-Aside; 52.219- 8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.22 2-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.252-2 Clauses Incorporated by Reference. 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the following DFARS clauses by reference: 52.203-3 Gratuites; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7 003 Electronic Submission of Payment Requests; 252.247-7023 Transportation of Supplies by Sea. 252.225-7002 Qualifying Country Sources as Subs, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.204-7004 Required Ce ntral Contractor Registration. 252.243-7002 Requests for Equitable Adjustment. 5152.233-9000 ACA Executive Level Agency Protest Program. Special Instruction s: Alternate Dispute Resolution. Central Contractor Registration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not alre ady registered, please register in the CCR database at www.ccr.gov. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 423830 under the Goods  Services section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not registered in the CCR database by the due date/time of this solicitation, including NAICS 423830 in the Goods  Services section, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Prospective contracto rs shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically a t http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard comme rcial practice (i.e. quote form, letterhead, etc.) QUOTE MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, if any; un it price per CLIN and extended total prices; CAGE Code; DUNS number; and taxpayer identification number (TIN). Also, if quoting on an equal item, literature clearly showing that the product quoted matches the recommended brand (color, design, and material ) must be submitted in order for your quote to be considered. Quotes may be emailed to laura.strifler@us.army.mil . Quotes and applicable literature must be received at ACA, Directorate o f Contracting, 7410 Apennines Drive, Fort Riley, KS 66442 no later than 1500 hours central time on 19 March 2007. Person to contact for additional information regarding the RFQ is Laura Strifler, Contract Specialist, laura.strifler@us.army.mil.
 
Place of Performance
Address: ACA, Fort Riley Directorate of Contracting, 7410 Apennines Dr. Fort Riley KS
Zip Code: 66442
Country: US
 
Record
SN01249810-W 20070315/070313220948 (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.