Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2007 FBO #2007
SOLICITATION NOTICE

24 -- Commercial Front Mower and Mower Deck

Notice Date
5/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
423820 — Farm and Garden Machinery and Equipment Merchant Wholesalers
 
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-T-0018
 
Response Due
5/30/2007
 
Archive Date
7/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for the purchase of commercial items, 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 so licitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-T-0018 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in eff ect through Federal Acquisition Circular 2005-16 and DCN 20070426. This requirement is for Small Business with a NAICS Code of 423820 - Farm and Garden Machinery and Equipment Merchant Wholesalers and a corresponding size standard of 100 employees. FAR 52 .211-6 Brand Name or equal applies. The description of the commercial item is for Brand name or equal; Commercial Front Mower & Mower Deck and reads as follows: CLIN 0001, 3 each, Commercial Front Mower, John Deere Model 1545, less mower deck, 31 HP, 4 WD , Diesel, Front Mower. CLIN 0002, 3 each, Commercial Mower Deck, side discharge, 72 inch, 7 Iron II, for 1400 and 1500 series II and Non-Series II Front Mowers. Minimum salient characteristics are as stated above. Delivery time shall be no later than July 27, 2007 to the DOL Central Receiving Point, Fort Lewis, WA 98433-9500. Acceptance will be at the destination. FOB point is destination. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. 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 Req uest for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. Once the Contracting Officer has decided to whom an order will be issued, a unilat eral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. 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, quotation, quoter, vendor or simi lar 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 AFARS 5101.602-2: . Click on Reque st 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. Addendum to Clauses 52.111-4131 and 52.111-4132 reads as follows: Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Cu rrent established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, I ncorporated, 9560 SW Nimbus Avenue, Beaverton, Oregon 97008, Office: 503-924-5319, Fax: 503-924-5320, Karne Schneider, Program Director, Cell: 503-314-1404, kschneider@eidpassport.com If you choose not to obtain a Fast Access Badge, you can obtain permissi on for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. Quoters are required to submit comp leted copies of the provisions at FAR 52.212-3 and its ALT 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, Contra ct Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. T he following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. DFARS 252.212-7001, Contract Te rms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.232-7003. 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://farsite.hill.af.mil or http://www.arnet.gov/far. If quoting an equivalent item, please email the desc ription with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracti ng Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal product, the quoter shall provide the brand name product refere nced in the solicitation. The minimum salient characteristics for CLIN 0001 are: CLIN 0001, 3 each, Commercial Front Mower, John Deere Model 1545, less mower deck, 31 HP, 4 WD, Diesel, Front Mower. CLIN 0002, 3 each, Commercial Mower Deck, side discharge , 72 inch, 7 Iron II, for 1400 and 1500 series II and Non-Series II Front Mowers. Telephonic inquires will be accepted for solicitation clarification only, any direct questions relating to CLIN 0001 and CLIN 0002 will need to be emailed to the below point of contact. Quotes are due on 30 May 2007 at 10:00:00 AM. 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, CAG E code and Federal Tax ID number to Barbara Kinnear, barbara.kinnear@us.army.mil, 253-966-3477. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation wil l 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/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01302601-W 20070526/070524221218 (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.