Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
SOLICITATION NOTICE

49 -- TELESCOPIC BOOM LIFT AND SCISSOR LIFT

Notice Date
5/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Louisiana, USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-08-Q-0031
 
Response Due
6/6/2008
 
Point of Contact
Patti Woods, 318-290-5988
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is W912NR-08-Q-0031. The solicitation is issued as a Request for Quotation (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 333923 with a small business size standard of 500 employees. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. Large Businesses may submit quotes and may be evaluated if in best interest of government..Items required are as follows: Item 0001 Telescopic Boom Lift, Model JLG600S or equal; diesel; 4 wheel drive; no oscillating axle needed. Quantity 1 EA. Item 0002 Scissor Lift, Model JLG 3246ES or equal; Quantity 1 EA. FOB Destination; 45 days ARO. Delivery address is LA National Guard CSMS, 119 West Range Road, Esler Field, Pineville, LA 71360. Freight and set up charges shall be included in the price of the items. Where brand names are identified, it is for your reference to show items are available as meeting the minimum requirements of the government and in no way are intended to imply a brand name requirement. Offers submitted based on suitable substitutes must be accompanied by supporting information to validate their status as suitable subs. Offeror(s) submitting with substitute items lacking the supporting documentation will be deemed to be non-responsive to the requirements of this solicitation and will not be considered for award in accordance with FAR 11.107(a). For additional information please see the clause at 52.211-6 Brand Name or Equal (AUG 1999). The provision at 52.212-1, Instructions to Offerors - Commercial items, applies to this acquisition. Offerors shall provide a firm fixed-price for above items. Delivery charges, if any, must be included in unit price. Offerors unable to meet the target delivery date of 45 calendar days after contract award must provide projected delivery date. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Evaluation will be made based on the lowest price offer, with the proposed delivery date closest to our target delivery date. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Award will be based on lowest price submitted and responsiveness to the terms and conditions of the requirements. The full text of these clauses and provisions may be viewed in full text at the following web site: http://farsite.hill.af.mil. All quotes should be clearly marked with the vendor name and solicitation number. The due date for submission of quotes is 11:00 AM local time, 06 June 08; send via email to Col Patti Woods at patti.woods@us.army.mil. Facsimile submissions will be accepted. Fax number is 318-290-5986. Offerors are responsible to comply with this notice and any amendments thereto. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. All proposals and other normal documents required for the proposal submittal, including amendments to the proposal submittal, shall be in paper medium. All Offerors interested in receiving notification of updates/amendments to the solicitation posted on EPS are urged to enroll on the web site mailing list for this acquisition. Those Offerors enrolled will be notified automatically of any changes made to the RFQ through their e-mail addresses. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=32ec5701091447af07443c625d9e4460&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA
Zip Code: 71360
 
Record
SN01578529-W 20080523/080521221038-32ec5701091447af07443c625d9e4460 (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.