SOLICITATION NOTICE
39 -- Portable Steel Loading Ramp
- Notice Date
- 8/29/2008
- Notice Type
- Presolicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Tactical Systems Support Activity, M68909 MARINE CORPS TACTICAL SYSTEMS SUPPORT ACTIVITY Camp Pendleton, CA
- ZIP Code
- 00000
- Solicitation Number
- M6890908Q1036
- Response Due
- 9/5/2008
- Archive Date
- 10/5/2008
- Point of Contact
- Jon Aaron (760) 725-2295<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a formal solicitation will not be issued. This procurement is under FAR 12, Acquistion of Commercial Items. Solicitation number M68909-08-Q-1036 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and Defense Federal Acquisition Regulations Supplement Change Notice 20080815. NAICS Code 423830 applies with a size standard of 100 employees. This is a total small business set-aside solicitation, for brand name or equal products on a firm fixed-price basis. The product solicited and requested for quotation is as follows: Item 0001: Portable Steel Loading Ramp, Qty 1 ea., Yard King part # number S-5012040-L or equal Salient Characteristics include: - Portable- All steel construction- Heavy Duty HEMTT or HUMVEE capable ramp- Minimum 50,000 lbs. load capacity- 10 foot wide- 40 foot overall length- 30 foot of incline- 10 foot of level area at the top of the ramp- Capable of loads from a small forklift to a fully loaded HEMTT- Manual crank on front legs for height adjustment of 42 to 56 inches- Capable of various height adjustments by request- Non-hydraulic- 6 inch safety curbs- Heavy Duty serrated steel grating on travel surface- Inch diamond plating on steel entry and exit decks- Safety chains for secure utilization- Forklift pick up tubes (Integral to ramp body for simplification of loading and unloading) All responsible contractors may submit a quotation which shall be considered. Quotations shall include the following information: (1) FOB Destination only. The Government will not consider quotations based on FOB Origin. (2) GSA Federal Supply Schedule (FSS) pricing if applicable. Quotations should reference the GSA FSS number and SIN per line item if not quoting open market pricing. The Government reserves the right to use GSA FSSs if it is in the best interest of the Government to use a non-DoD contract. (3) The manufacturer, part number, and material condition of the equipment or supply quoted. The Government will not consider quotations based on used or refurbished equipment. The contractor shall attach OEM technical literature and parameter data when quoting brand-name equivalent products. (4) The warranty period. The contractor shall extend to the Government no less than any standard commercial warranty normally offered in a similar commercial sale. The warranty period shall commence upon final acceptance of the product by the Government. (5) The maximum period of acceptance (or time period) the contractor can hold quoted prices firm. (6) Delivery Date or Lead Time for Delivery after receipt of offer (ARO). (7) Federal Tax I.D. number, CAGE code, and DUNS number. The following FAR provisions are incorporated by reference and apply to this acquisition: 52.211-652.212-152.212-2, the quote will be evaluated based on (1) technical capability, (2) price, and (3) delivery; 52.212-3 [Alt I], the vendor must complete and return with quotation if not registered in ORCA; 52.212-4; 52.212-5, with the following clauses under paragraph (b) incorporated by reference: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, and 52.232-33. The following DFARS provisions are incorporated by reference and apply to this acquisition: 252.211-7003;252.212-7001 with the following clauses under paragraph (b) incorporated by reference: 252.225-7001,252.232-7003;252.225-7000; and252.225-7002. The following USMC provision is incorporated by reference and applies to this acquisition: USMC Wide Area Workflow (WAWF) Implementation. By responding to this Quotation, the Offeror agrees to submit invoices via WAWF in accordance with DFARS 252.232-7003. The full text of clauses and provisions incorporated by reference may be obtained at the following addresses in accordance with FAR 52.252-2: http://www.arnet.gov/aar/, http://www.acq.osd.mil/dp/dars/dfars.html, http://web1.deskbook.osd.mil/default.asp, http://farsite.hill.af.mil. Contractor(s) shall complete the Certifications and Representations via ORCA at the following address in accordance with FAR 52.212-3: http://orca.bpn.gov. Quotations are due no later than September 5, 2008 at 1:00 pm Pacific Time. Quotations shall be submitted in FedBizOps @ https://www.fbo.gov or NECO @ https://www.neco.navy.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=08807b0e35f82bacb7faba55baa73f63&tab=core&_cview=1)
- Record
- SN01655444-W 20080831/080829221143-f49475fca837d997132719dcbe656aae (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 |