Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
SOLICITATION NOTICE

38 -- 2 EACH, Self-propelled Crawler Cranes

Notice Date
5/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-Q-0018
 
Response Due
5/31/2007
 
Archive Date
7/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation W911S8-07-Q-0018 This is a Combined Synopsis/Solicitation for the purchase of a commercial item, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicit ation to be made. Request for Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0018 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clause s are those in effect through Federal Acquisition Circular 2005-16 and DCN 20070426. This requirement is Small Business Set Aside with a NAICS Code of 333120 and a corresponding size standard of 750 employees. The description of the requested commercial item is for Self-propelled Crawler (Tracked Vehicle not Brand Name) Crane and reads as follows: CLIN 0001, 2 EACH, Self-propelled Crawler Crane. The minimum salient characteristics for CLIN 0001 are: Self-propelled requirements: rubber tracked deisel po wered vehicle, electric start, fuel tank with Minimum of 4 hours of operation, brakes, safety package, ability to climb 20? grade. Crane requirement: Lifting capacity 6400 lbs minimum, Lifting Height: 28 feet, Crane to retract to at least 9 feet, Crane to be equipped with lifting block and tackle cable lift. Safety Requirements: Either Outriggers, or other safety devices to allow lifting capacity in 360? of operation. On machine and remote Control System for crane operations (either wireless or cable controlled). Standard Commercial Warranty is required. Fob Destination to DOL-CENTRAL RECEIVING POINT, FORT LEWIS WA 98433-9500 Contractor shall provide with Quotes, Manufacturer, Place of Manufacture, Country of Origin, Delivery time ARO, and Freight Method. Acceptance & Inspection will be at destination.. The selection resulting from this Request for Quotes shall be made on the basis of the lowest priced, technically acceptable Quotes from a responsible offeror with acceptable or neutral past perfo rmance. Once the Contracting Officer has decided to whom an order will be issued, a bilateral order requiring the quoter's signature will be issued. A contract will be in existence once both the quoter and the Contracting Officer have signed the order. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation numbe r). Past performance information is requested with provided quotes. The Government may also obtain past performance information from other sources. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotat ion, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://www.lewis.army.mil/doc. IAW AF ARS 5101.602-2: Funds are not presently available for this acquisition. No purchase order will be issued until appropriated funds are made available. Click on Request for Quotes, then click on Local Clauses Local clause-52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, local clause-52.111-4132, Identification of Contractors Employees  Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its LT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5 and DFAR Clause 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orde rs, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. The following clauses within DFARS 252.212-7001 are applicable to this acquisition: within (a): 52.203-3; within (b): 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS clause 252.232-7010 is applicable. DFARS Provision 252.209-7001 is applicable. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://far site.hill.af.mil or http://www.arnet.gov/far. Quotes are due on 31 May, 2007 at 4:30:00 PM. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address , Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Max D Putnam, Contract Specialist, max.d.putnam@us.army.mil, 253-966-0175. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc- and at Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicita tion.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01288990-W 20070509/070507221415 (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.