SOLICITATION NOTICE
99 -- Automatic Transport System Drive Units
- Notice Date
- 6/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333922
— Conveyor and Conveying Equipment 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-0035
- Response Due
- 6/22/2007
- Archive Date
- 8/21/2007
- 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-Q-0035 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 333922 Conveyor and Conveying Equipment Manufacturing and a corresponding size standard of 500 employees. FAR 52.211-6 Brand Name or equal applies. The description of the commercial item is for Brand name or equal-; Automatic Transport System Drive Unit and reads as follows: CLIN 0001, 24 Each, Automatic Transport System, PN # CEEP 07-116, Y03UEX, T808, consists of high powe r DC drive motor, gear box, external gears, high power DC steer motor and frame; CLIN 0002, 1 Each, Shipping. Minimum salient characteristics are as stated above. Delivery time shall be no later than July 24, 2007 to Madigan Army Medical Center, Receiving Section, Bldg 9040A Fitzsimmons Dr, Tacoma, WA 98431. 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. Once the Contracting Officer has decided to whom an order will be issued, a bilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer and the Contract Awardee 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 similar corresponding term to reflect that this solicitation is a R equest 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 Request for Quotes, then click on Local Clauses Local clause 52 .111-4127, Vehicle Infor and local clause-52.111-4004, Electronic Commerce apply to this acquisition. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial It ems, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-1, Instructions to Offerors and FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisitio n 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. The following clauses within 52.212-5(b) are applicable to this acqui sition: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Ac quisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225-7012, 252.225-7014, 252.225.7015, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circ ulars, 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.ar net.gov/far if quoting an equivalent item, please email the description 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 Contracting 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 e qual product, the quoter shall provide the brand name product referenced in the solicitation. 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 t he below point of contact. Quotes are due on June 22nd, 2007 at 10:00 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 Bradstr eet number, CAGE code and Federal Tax ID number to MAJ Kenneth F. Cummings, kenneth.cummings@us.army.mil, 253-966-3484. 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/solicitation.
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN01316650-W 20070614/070612221154 (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 |