Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

25 -- Engine Installation/Removal Vehicle

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
139 AW/180 AS/MSC, Rosecrans Memorial Airport, 705 Memorial Drive, St. Joseph, MO 64503-9307
 
ZIP Code
64503-9307
 
Solicitation Number
W912NS12Q3001
 
Response Due
9/19/2012
 
Archive Date
11/18/2012
 
Point of Contact
Adam Danner, 8162363256
 
E-Mail Address
139 AW/180 AS/MSC
(adam.danner@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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; quotes are being requested and a written solicitation will not be issued. This solicitation, W912NS-12-Q-3001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-60 effective 27 Aug 2012). It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the Central Contractor Registration database. (Reference: DFARS 252.204-7004, Alt A Required Central Contractor Registration).The following commercial item is requested in this solicitation. CLIN 0001: Crane, Engine Installation/ Removal Vehicle. Shall have the following items: Height Reach: 24 FT Weight Limit: 5,000 lbs. Roll Forward/aft: On Rubber without use of Stabilizers Capable of Using: Diesel, JP5 or JP8 Fuel Jib Boom: Capable of extending 30" forward and 24" side - to - side shift Air Transportation Certification JLG TRK FL 6000 SHOOT BOOM or Equal to item. QTY: 1 Unit of Issue: Each Note: The government intends to evaluate offers and award a contract without discussion. Therefore the offerors initial offer should contain offerors best terms from a price and technical standpoint. The offer submittal shall list the item by part number, number of hours for labor being offered, the product description as listed above, list the manufacturer and transportation costs. The offer shall list unit prices, total for each part number, and an overall totaled price. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Representations and Certifications (ORCA) found at this website: https://orca.bpn.gov/. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Additionally the following clauses and provisions apply to this acquisition: 52.203-3 Gratuities 52.203-6 Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-5 Women-Owned Business (Other Than Small Business) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.207-4 Economic Purchase Quantity--Supplies 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-5 Certification Regarding Responsibility Matters 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.211-17 Delivery of Excess Quantities 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Alternate I Deviation 52.219-1 Small Business Program Representations Alternate I 52.219-4 Notice of Price Evaluation Preference For Hubzone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-22 Small Disadvantaged Business Status 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-18 Certification Regarding Knowledge Of Child Labor For Listed End Products 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-22 Previous Contracts and Compliance Reports 52.222-21 Prohibition Of Segregated Facilities 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.223-11 Ozone-Depleting Substances 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) Alternate I 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.222-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement 52.232-28 Invitation to Propose Performance-Based Payments 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach of Contract Claim 52.242-13 Bankruptcy 52.242-15 Stop-Work Order 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms Applicable DFARS clauses included: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Central Contractor Registration Alternate A 252.204-7006 Billing Instructions 252.204-7008Export-Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country 252.211-7003 Item Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.212-7000 Offeror Representations and Certifications- Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items ( Deviation) 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7012 Preference For Certain Domestic Commodities 252.225-7013 Duty-Free Entry 252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings 252.225-17 Photovoltaic Devices 252.232-7001 Disposition of Payments 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.237-7010 Prohibition on Interrogations of Detainees By Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.246-7000 Material Inspection And Receiving Report 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification Of Transportation Of Supplies By Sea 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) The contracting officer shall insert the following clause in all solicitations and resultant contracts. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION 2012-O0014) (August 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a)Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b)Include all substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c)The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 1:00 PM (CST), 19 September 2012, MSG/MSC, Rosecrans MAP, 705 Memorial Dr, St. Joseph, MO 64503-9307. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of SSgt Adam Danner at (816) 236-3313. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to SSgt Adam Danner, Contracting Specialist, at (816) 236-3256, adam.danner@ang.af.mil or Patricia Tanner, Contracting Officer, at (816) 236-3379, patricia.tanner@ang.af.mil. Contracting Office Address: 705 Memorial Dr Saint Joseph, Missouri 64503-9307 United States Primary Point of Contact.: SSgt Adam Danner adam.danner@ang.af.mil Phone: 8162363256
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23-1/W912NS12Q3001/listing.html)
 
Place of Performance
Address: 139 AW/180 AS/MSC Rosecrans Memorial Airport, 705 Memorial Drive St. Joseph MO
Zip Code: 64503-9307
 
Record
SN02866193-W 20120906/120904235919-4a5429ae9a4c2fe884a52de5471d0fbb (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.