Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2008 FBO #2368
SOLICITATION NOTICE

66 -- Air Cargo Electric Pallet Scale

Notice Date
5/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333997 — Scale and Balance Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
W36QZT8078Z121
 
Point of Contact
SFC Bryan N Dilligard,, Phone: 910-432-0208
 
E-Mail Address
dilligab@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operation Command (USASOC) has a requirement for the purchase of 2 each Air Cargo Electric Pallet Scales with Printer. This is a combined synopsis/solicitation for 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 SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference the Request for Quotation number W36QZT8078Z121. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-25. It is the Contractor’s responsibility to be familiar with all applicable clauses and provisions. Federal Acquisition Regulations and Defense Federal Acquisition Regulations Supplements (DFARS) provisions and clauses may be downloaded at http://farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 333997. Size Standard is 500 employees. This requirement is set aside 100% for small business. This acquisition will result in a Firm Fixed Price (FFP) Purchase Order. BRAND NAME OR EQUAL: Items called for by this request for quotation have been identified in the schedule by a "brand name or equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing sufficient technical information may be excluded from competition. REQUIREMENT CLIN 0001) Standard scale with epoxy finish Must have minimum dimensions of 108 x 88 to accommodate a pallet Minimum 10,000 lbs weight capacity C130 Transportable, must be allowed to load on to air pallets for easy transportation Carrier Base has forklift pockets for easy relocation Fully portable: Able to move and set up for operation with no time delay Power Source: Built in rechargeable battery or 110 AC power Durability: A tow part catalyzed epoxy Have Live Area: A marked weigh area, that is sensitive to all objects placed on it Have a “Dead Area” that where forks of forklift are to be lowered during weighments Easy to access cover plates to cell area for easy maintenance Electronic measurements with the ability to print weights when weighed PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: It is the contractor’s responsibility to be familiar with the provisions and clauses contained herein. Full text clauses are available at farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1 Instructions to Offers-Commercial Items; 52.212-2 Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: “Quotes shall be evaluated as to price, technical, past performance. Award shall be made on a low price, technically acceptable basis. Multiple awards may be considered if it is determined to be in the best interest of the Government”; 52.212-3 Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. DFARS 252.212.7000 Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration, 52.222-36 Affirmative Action For Workers with Disabilities, 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses, 252.232-7003 Electronic Submission of Payment Requests.. Additionally, 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ, USASOC ATTN: AOCO (Bryan Dilligard), Building E-2929, Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 5:00 p.m. EST, 28 May 2008. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-9345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, CLIN 0001 to include unit and total price, delivery time and item specifications, (2) completed Representations and Certifications, (3) past performance information, and (4) acknowledgement of any amendments that may be issued. Offerors not submitting sufficient information for evaluation may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contract specialist. It is the responsibility of the offeror to ensure receipt of questions and quotes submitted via electronic means. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published on FedBizOpps, the same as this solicitation. The point of contact for this requirement is Bryan Dilligard (910) 432-0208 and e-mail dilligab@soc.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=85b849b2c7c34a0ad37f11af94b820e5&tab=core&_cview=1)
 
Place of Performance
Address: Fort Bragg, NC, 28310, United States
Zip Code: 28310
 
Record
SN01576570-W 20080521/080519223855-85b849b2c7c34a0ad37f11af94b820e5 (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.