Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2010 FBO #3206
SOLICITATION NOTICE

49 -- Bush Hog Replacement Parts for Selfridge ANGB

Notice Date
9/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
444210 — Outdoor Power Equipment Stores
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB10T4065
 
Response Due
9/8/2010
 
Archive Date
11/7/2010
 
Point of Contact
Daniel Taliaferro, 5862392557
 
E-Mail Address
127 MSC
(daniel.taliaferro@ang.af.mil)
 
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. 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; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W912JB-10-T-4065 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. (IV) This acquisition is reserved for a Small Business concerns; however, in the event that no Small Business concerns can meet the requirement the set-aside will be withdrawn and an award will be made to a Large Business. The associated NAICS code for this acquisition is 444210; standard industrial classification 5261; small business size standard is 500. (V) This is a firm fixed price SCHEDULE OF SUPPLIES/SERVICES: 0001: CV Driveline 1-3/8-6 CV, Bush Hog Part # 650054510 or Equivalent 0002: Hydraulic Cylinder, Bush Hog Part # 99564 or Equivalent 0003: Blade Pan, Bush Hog Part #50057117 or Equivalent 0004: Oil Seal, Bush Hog Part #70190 0005: Clutch Support, Bush Hog Part #76309 or Equivalent 0006: Pressure Plate, Bush Hog Part #76086 or Equivalent 0007: Spring, Bush Hog Part #766080 or Equivalent 0008: Hydraulic Hose, Bush Hog Part #86265 or Equivalent 0009: Hydraulic Cylinder, Bush Hog Part #95566 or Equivalent 0010: Hydraulic Cylinder, Bush Hog Part #50047476 or Equivalent 0011: CV Drive Shaft 540 RPM, Bush Hog Part #50053304 or Equivalent 0012: CV Drive Shaft 540 RPM, Bush Hog Part #50054510 or Equivalent 0013: Blade, Bush Hog Part #7555 or Equivalent 0014: Blade, Bush Hog Part #11150 or Equivalent 0015: Blade, Bush Hog Part #7557 or Equivalent 0016: Skid Shoe, RH Center Section, Alamo Part #00763996 or Equivalent 0017: Skid Shoe, RH Center Section, Alamo Part #00764020 or Equivalent 0018: Skid Shoe, LH or RH Wing, Alamo Part #00776618 or Equivalent FOB point required is Destination Delivery Date: NLT 1 November 2010 The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial items; The Government intends to award a contract without discussions with respective Offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. A copy has been posted at https://orca.bpn.gov. The following clauses in their latest editions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The following clauses in their latest editions apply to this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following provisions are incorporated by reference: 52.219-1ALT I, Small Business Program Representations; 52.225-2 Buy American Act Certificate and 252.225-7000 Buy American Act: Balance of Payments. The following clauses are incorporated by reference: 52.204-7 Central Contractor Registration; 52.222-3 Convict Labor; 52.222-21 Prohibition Of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-41; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations In Clauses; 252.203-7000 Requirements relating to compensation of former DOD officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.212-7001 (DEV), Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports ; 252.232-7010 Levies on Contract Payments. (XIV) N/A. (XV) All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: https://acquisition.army.mil/asfi/. Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the National Guard web site. They will be contained in the plans section in a document titled Questions and Answers. Offerors are requested to submit questions to the E-mail address noted below not later than 11:59 P.M. EST, 6 September 2010. 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 the solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Awardee must invoice through Wide Area Work Flow (WAWF), an online invoicing system https://wawf.eb.mil/ after delivery of item. Offerors quotes MUST include pricing, list of part number(s)/description, quantity, warranty period and Representations and Certifications to be considered. The proposal will be due to 127 MSC Contracting Division, 43200 Maple Street, Bldg. 105, Selfridge ANG Base, Michigan 48045, by 16:00 P.M. EST, 8 September 2010. E-mail quotes will be accepted at daniel.taliaferro@ang.af.mil. Point of Contact for this solicitation is Dan Taliaferro at (586) 239-2557.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB10T4065/listing.html)
 
Place of Performance
Address: 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
Zip Code: 48045-5213
 
Record
SN02265372-W 20100904/100902235347-a401ee0c694bff31dda3eda06142c82c (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.