Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
MODIFICATION

39 -- Dock Lift - Ten (10) Ton - Amendment 1

Notice Date
3/14/2012
 
Notice Type
Modification/Amendment
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
 
ZIP Code
20228
 
Solicitation Number
BEP-RFQ-12-0206
 
Archive Date
4/21/2012
 
Point of Contact
Terry S. Downs, Phone: 2028742253, Gordon A. Hackley, Phone: 2028742226
 
E-Mail Address
terry.downs@bep.gov, gordon.hackley@bep.gov
(terry.downs@bep.gov, gordon.hackley@bep.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Amendment #001 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation BEP-RFQ-12-0206 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective 3 January 2012. This anticipated award is restricted to SBA Certified HUB Zone Small Business Contractors ONLY, under NAICS code 423830 with a size standard of 100 employees. The Government is soliciting a firm-fixed price (FFP) contract. Contractor shall provide all necessary tools, equipment, materials, transportation, personnel, supervision, management, and any other items necessary to complete this requirement. The Contractor shall also comply with all local, state, federal, OSHA, and installation laws and regulations. The RFQ contains one (1) line item as follows: A self-contained above ground platform style hydraulic/electric scissor DOCK LIFT capable of lifting 10 ton rated loads to various heights. Normally used for loading or unloading hand trucks, fork lifts, or other powered transport equipment from the ground level to the loading dock. **PLEASE SEE ATTACHED STATEMENT OF WORK FOR FULL REQUIREMENT.** SITE VISIT : A site visit will be conducted at 14th and C Streets, S.W. Washington D.C. on Friday, February 24, 2012, at 10:00 a.m. (EST) for the purpose of providing Offerors an opportunity to become acquainted with the solicitation requirement. Contact Ms. Terry Downs at terry.downs@bep.gov by no later than 3:00 p.m. (EST) Wednesday, February 22, 2012 advising of your plans to attend along with the name of the attendees and the company you represent (no more than 2 people per company). If your name(s) are not on the list you will NOT be permitted to participate in the site visit. This will be the ONLY site visit conducted for this solicitation. All questions regarding this solicitation must be submitted in writing by no later than Tuesday, March 6, 2012 to ensure the Government ample response time and timely submittal of proposals. All quotes are due on or before 3:00 p.m. (EST), Friday, April 6, 2012. Electronic quotes can be sent to terry.downs@bep.gov. No facsimiles will be accepted. An email confirmation will be sent advising you that your quote has been successfully received. If you do not receive the confirmation within 24 hours, please call 202-874-2253. Quotes must include the solicitation number. Basis for Award : The Government will award a contract resulting from this solicitation to the responsible and responsive offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. We are using the lowest price technically acceptable method of source selection. The following factors will be used to evaluate offers. 1) Technical Acceptability 2) Price Technical Acceptability and price, when combined, are EQUAL. However, offers which are not rated as Technically Acceptable will be eliminated from the competition and receive no further consideration. SHIPPING will be F.O.B. Destination Bureau of Engraving and Printing Attn: Jon Evans Annex Building Loading Dock D Street, Between 13th and 14th Streets, S.W. Washington D.C., 20228 The following FAR provisions and clauses apply to this solicitation and are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following websites: http://farsite.hill.af.mil/vffara.htm CLAUSES 52.204-7 Central Contractor Registration, applies to this acquisition. 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation -- Commercial Items. 52.212-3 Offeror Representations and Certifications - Commercial Items. 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses. 52.219-3 Notice of Total HUBZone Set-Aside 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor. 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-20 Walsh-Healey Public Contracts Act 52.222-21, Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-38 Compliance with Veterans' Employment Reporting 52.223-3 Protest After Award 52.223-18 Contractor Policy to Ban Text Messaging While Driving. 52.225-1 Buy American Act - Supplies 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, applies to this acquisition 52.237-1 Site Visit 52.244-6, Subcontracts for Commercial Items, applies to this acquisition. 52.246-2, Inspection of Supplies - Fixed, applies to this acquisition. 52.247-34 F.O.B.- Destination. 52.249-8, Default - Fixed-Price Supply and Service, applies to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0206/listing.html)
 
Place of Performance
Address: Bureau of Engraving and Printing, 14th and C Streets, S.W., Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02696247-W 20120316/120314234739-beea4c1d4701fd45f03a08ad17e2d125 (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.