Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

39 -- GRIP HOIST EQUIPMENT

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
335314 — Relay and Industrial Control Manufacturing
 
Contracting Office
126 ARW/LGC, 2101 Golf Course Road, Scott AFB, IL 62269-5000
 
ZIP Code
62269-5000
 
Solicitation Number
W91SMC07T0028
 
Response Due
9/22/2007
 
Archive Date
11/21/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(I) 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; propo sals are being requested and a written solicitation will not be issued. (II) Solicitation W91SMC-07-T-0028 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federa l Acquisition Circular 2001-23. (IV) This acquisition is reserved for small business concerns. The associated NAICS code for this acquisition is 335314, small business size 750 employees. (V) COMMERCIAL ITEM DESCRIPTION: T 532D GRIPHOIST 8,000 CAPACITY w/ 100' of cable (Tractel item # 03309912430K or EQUAL) 9 EACH, Swivel Hoof for Griphoist add per unit  10 EACH, Three ground anchor plates with 12 (30) rods (Tractel item # CC13609 or EQUAL) 10 EACH, LLX 5 TONS (Tractel item # 4079802 or EQUAL) 10 EACH, RADIO FOR LLX (Tractel item # 4079802 or EQUAL) 10 EACH, SHACKLE FOR DYNAFOR LLX -5-TON (Tractel item # 437208 or EQUAL) 20 EACH. (VI) FOB POINT IS DESTINATION (VII) The following provisions in their latest editions apply to this solicitation: FAR 52.21 2-1, Instructions to Offerors, Commercial, FAR 52.212-2, Evaluation of Commercial Items. (VIII) The Government will award a firm-fixed price contract, resulting from this solicitation, to the responsible offeror, whose offer conforming to the solicitation will be the Best Value to the Government. The Best Value is the most advantageous offer, price and other factors considered, and consistent with the Governments stated importance of evaluation criteria. The following factors shall be used to evaluate offe rs: Price, portable design and delivery schedule. Therefore all quoters must submit, their best price and best delivery schedule. The government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial quote should contain the offerors best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determin es them to be necessary. (IX) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items and 252.212-7000, Offer Representations and Certifications-Commercial Items (offerors shall include a completed copy as part of their quote). (X) FAR 52.212-4, Contract Terms and Conditions are incorporated by reference and apply to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XI) FAR 52.212-5, Contract Terms and Cond itions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resu lting contract. (XII) The following provisions and clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied Double Sided or Recycled Paper; 52.204-6, Data Universal Numberin g System (DUNS) Number; 52.219.1 (Alt I), Small Business Program Representation; 52.219-6, Notice of Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Prod ucts; 52.222-19, Child Labor  Cooperation with Authorities and Remedies;; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-37, Employment Rep orts On Special Disabled Veterans; 52.222-26, Equal Opportunity: 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33 Payment by E lectronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.246-2, Inspection of Supplies-Fixed-Price; 52.252-2, Clauses Incorporated by Reference, This contract incorporates one or more clauses by reference, with the same force and eff ect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Pr eference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of Extent of Transportation of Supplies by Sea; 252.247-7023 (Alt III), Transportation of Supplies by Sea. (XIV) N/A (XV) Formal communi cations such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. Offerors are requested to submit questions to the email address noted below not later than 2:00 PM C entral standard time, 17 September 2007. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation sh all apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XVI) Quotes will be due to the 126ARW/MSG, 2210 East Drive, BLDG. 5016, Scott AFB, IL 62225-5000, by 22 September 2007 10:00 AM. Central S tandard Time. Email quotes will be accepted at anne.cardenas@ilscot.ang.af.mil Any of the above information is protected under the Privacy Act, and will not be released unless permitted by law and/or you have consented to such release. (XVII) Point of Cont act is MSgt Anne Cardenas (618) 222-5112.
 
Place of Performance
Address: 126 ARW/MSG 2210 EAST DRIVE Scott AFB IL
Zip Code: 62225-5000
Country: US
 
Record
SN01401247-W 20070912/070910221410 (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.