Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
MODIFICATION

38 -- RECOVERY--38--PROJECT NUMBER 20060, Wilson Lake, KS Road Grader Purchase

Notice Date
9/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ09R1043
 
Response Due
10/8/2009
 
Archive Date
12/7/2009
 
Point of Contact
David J. Walsh, 816-389-3352
 
E-Mail Address
US Army Engineer District, Kansas City
(david.j.walsh@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY--COMBINED SYNOPSIS / SOLICITATION Combined Solicitation / Synopsis - Request for Quotation #W912DQ-09-R-1043, RECOVERY--PROJECT NUMBER 20060, Wilson Lake, KS Road Grader Purchase This is a combined synopsis/solicitation for commercial supplies 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: quotations are being requested and a written solicitation will not be issued. Note that this acquisition will receive funding through the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5). The US Army Corps of Engineers, Wilson Lake Project, has a requirement for a new road grader. In order to procure this requirement, this synopsis / solicitation (W912DQ-09-R-1043) is issued as a Request for Quotation (RFQ), with the intent of issuing a Firm Fixed Price (FFP) purchase contract. The Contractor shall furnish all manpower, equipment, tools, supervision and all necessary items per the attached Scope of Work. This solicitation is 100% SMALL BUSINESS SET ASIDE. The Standard Industry Classification (SIC) for this solicitation is 3537 and the North American Industry Classification System (NAICS) is 333120 based on 750 Employees or less for the past 12 months. The provision at FAR Part 52.212-1 Instructions to Offerors Commercial, applies to this acquisition. In accordance with FAR Part 52.212-2 Evaluation Commercial Items (Jan 1999), the Contracting Officer will evaluate responsive and responsible offers on the basis of the Lowest Priced Technically Acceptable (LPTA) quotation. This combined synopsis/solicitation will be posted on the Federal Government Electronic Posting Systems (EPS) site, https://www.fbo.gov. Any amendments will be posted on the affected solicitation page EPS site. It is the offeror's responsibility to monitor this site for the release of amendments (if any). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-36. A complete list of the applicable clauses and provisions is included in this solicitation. All provisions and clauses can be referenced and viewed through Internet access at http://farsite.hill.af.mil. Offerors must be registered with Offeror Representations and Certifications (ORCA) prior to award. The ORCA website address is https://orca.bpn.gov/ All contractors / vendors are required to be registered in the Central Contractors Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contract Specialist listed below by postal service or email. US Army Corp of Engineers CT-C, Room #760 Attn: David Walsh 601 E 12th Street Kansas City MO 64106 Email: david.j.walsh@usace.army.mil or Phone: 816-389-3352 Fax: 816-389-2030 It is the vendors responsibility to ensure that all quotations and required supporting documents are received at the following address before 8 October 2009 at 3:00pm (CST): US Army Corp of Engineers CT-C, Room #760 Attn: David Walsh 601 E 12th Street Kansas City MO 64106 Email: david.j.walsh@usace.army.mil or Phone: 816-389-3352 Fax: 816-389-2030 Award will be made on or about 14 October 2009. DOCUMENTS TO RETURN: In order to be considered responsive, offerors must complete and return all of the following: -Complete and return the priced quotation for CLIN 0001 that includes a detailed description and the technical specifications of the proposed road grader; bidders name and title; current mailing address; telephone number; DUNS # or CAGE #; and signature. YOU MUST CLICK ON THE ADDITIONAL INFO LINK BELOW THIS SENTENCE TO DOWNLOAD THE COMPLETE SOLICITATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ09R1043/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Wilson Lake Project Office Route 1, Box 241 (10 Miles North of Wilson, KS) Sylvan Grove KS
Zip Code: 67481
 
Record
SN01958313-W 20090918/090917002043-316631ec5005375d5a43fed2b1fcf76d (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.