SOLICITATION NOTICE
39 -- (3) JLG 40 ft. Telescopic Boom, Model 400S Package 2
- Notice Date
- 8/17/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-07-R-0023
- Response Due
- 9/4/2007
- Archive Date
- 11/3/2007
- Small Business Set-Aside
- Total Small Business
- Description
- A previous synopsis/solicitation, W912ER-07-R-0017, for this requirement was issued in error. The synopsis/solicitation was not issued for total small business set-aside as required by FAR 19.502-2. All small business contractors are invited to par ticipate in this synopsis/solicitation. 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 written solicitation will not be issued. This announcement is for the purpose of soliciting small business contractors interested in submitting an offer to provide three (3) JLG 40 ft. Telescopic Boom, Model 400S Package 2, two (2)-wheel drive with diesel engine. The provisions at 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations & Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. These references may be viewed at www.arnet.gov/far/. SPECIFICATIONS: JLG 40 ft. telescopic boom, model 400S Package 2, two (2)-wheel drive with diesel engine. This equipment is brand requested and substitutions for a similar item are not acceptable. All equipment shall be new and of current design and manu facture. Used or refurbished equipment is unacceptable. JLG 40 ft. Telescopic Boom Lift, Model 400S Package 2, Optional Features: Hostile Environment Kit; Foam Filled Tires; Flashing Beacon. Standard Features: 100V-AC Receptacle in Platform; Inward Self- Closing Swing Gate; 12 X 16.5 Rim Protector Lug Thread Tires; Proportional Controls; Lifting/Tie Down Lugs; Lockable Tool Box; 5 Degree Tilt Alarm/Indicator Light; Platform Console Machine Status Light Panel; Control ADE System; Boom Wipers Seals; Console Cover; Platform 36 X 96 in. Side Entry; 180 Degree Hydraulic Platform Rotator; 12V-DC Auxiliary Power; Hour meter; Swing-out Engine Tray; Horn; Oscillating Axle; Operator Tool Tray; Motion Alarm; Cylinder Bellows; Perkins Diesel Engine. TERMS OF DELIVERY: Pricing will be at the vendors loading doc, FOB Origin, package for overseas shipment. Vendors are to certify that no shipping has been included in the unit price. The vendor will provide notice of availability to the Egyptian Freight Forwarder for pickup. CONTRACTING PROCEDURES: The solicitation will be a request for proposal (RFP). The award will be made to a small business through the lowest priced technically acceptable (LPTA) vendor process. The contract will be awarded to small business on a firm-fi xed price basis. SUBMISSION OF QUOATATIONS: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1. The request for Quotation Number (W912ER-07-R-0023); 2. Schedule of Item with Pri cing; 3. Contractor Central Registration (CCR) number; 4. A complete copy of the certifications at 52.212-3, Offeror Representations and Certification-Commercial Items (Nov 2006), or notification the Contractor has a current record in the online Representa tions and Certifications (ORCA) database. Any contractor interested in obtaining a contract award with the US Army Corps of Engineers must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. Offers are due no later than Se ptember 4, 2007 at 2:00 PM Eastern Standard Time. Offers received after this date and time will not be considered for award. The preferable method of proposal delivery is via e-mail to Lynn.C.Johnson@tac01.usace.army.mil. The postal mailing address is US Army Corps of Engineers, Transatlantic Programs Center, ATTN: CETAC-A (Mr. Lynn Johnson), 201 Prince Frederick Drive, Winchester VA 22602. O ffers may also be faxed to 540-665-4033 (note: please request acknowledgement of receipt by contacting Lynn Johnson at (540)665-6655.) The anticipated date of award is on or about September 14, 2007. This solicitation is distributed solely through the General Services Administration Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of this solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. POINT OF CONTACT: Mr. Lynn Johnson, 540-665-6655; Email your question to U S Army Corps of Engineers, Transatlantic Programs Center at Lynn.C.Johnson@tac01.usace.army.mil. 2250, Winchester VA Postal Code: 22604-1450
- Place of Performance
- Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Country: US
- Zip Code: 22604-1450
- Record
- SN01376722-W 20070819/070817221934 (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 |