Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2012 FBO #3987
SOLICITATION NOTICE

22 -- One (1) New Railway Car Spotter/Shuttlewagon (Model #SWX 630) or Equal/Equivalent - Railway Car Spotter Specifications

Notice Date
10/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Command, Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 1 Soldier Way, Scott AFB, IL 62225, Scott AFB, Illinois, 62225-1604, United States
 
ZIP Code
62225-1604
 
Solicitation Number
W37QLQ21000001
 
Archive Date
12/8/2012
 
Point of Contact
Daniel S. Woppert, Phone: 8437430408
 
E-Mail Address
daniel.s.woppert.civ@mail.mil
(daniel.s.woppert.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This attachment contains the specifications/minimum requirements for this action. Solicitation Number: W37QLQ21000001 Notice Type: Combined Synopsis/Solicitation Synopsis: 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. The solicitation is being issued as a Request for Quote (RFQ) and a firm-fixed price contract is contemplated. The solicitation ID number is W37QLQ21000001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC) 2005-57, effective 7 March 2012. SET ASIDE TYPE & APPLICABLE NAICS: This action is unrestricted; no set-asides. LINE ITEMS: Line Item 0001, To Include one (1) Railway Car Spotter, Shuttlewagon, Model #SWX 630 (Brand-name or equal); The delivered item shall be in new condition (e.g., not remanufactured, no gray market, etc). The user is also requesting equipment set-up at the delivery site and a brief product demo to ensure that basic functions operate correctly. REQUIREMENTS/SPECIFICATIONS: See the attachment titled "Railway Car Spotter Specifications." SPECIAL REQUIREMENTS: (None) DELIVERY SCHEDULE/TERMS: FOB Point: FOB Destination to 841st Transportation BN, SDDC, POC: Commander/S4, 1050 Remount Road, Building 3852 TC Dock (for physical drop off), North Charleston, SC 29406 Required Delivery Date (RDD): Delivery required NLT 11 January 2013. CLAUSES & PROVISIONS: The following clauses apply to this acquisition (the full text of FAR and DFARS references may be accessed electronically at http://farsite.hill.af.mil/) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, Central Contractor Registration 52.209-5, Certification Regarding Responsibility Matters* 52.212-1, Instructions to Offerors -- Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items* 52.212-4, Contract Terms and Conditions -- Commercial Items 52.219-1, Small Business Program Representations--Alternate I* 52.219-28, Post Award Small Business Program Representation* 52.229-4, Federal, State, and Local Taxes 52.232-23, Assignment of Claims 52.242-13, Bankruptcy 52.247-34, FOB Destination 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Central Contractor Registration (52.204-7)--Alternate A 252.204-7008, Export-Controlled Items 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.211-7003, Item Identification and Valuation 252.212-7000, Offeror Representations and Certifications--Commercial Items* 252.225-7000, Buy American Act-Balance of Payments Program Certificate* 252.225-7002, Qualifying Country Sources as Subcontractors 252.232-7010, Levies on Contract Payments *NOTE Regarding Offerors Representations and Certifications. The Online Representations and Certifications Application (ORCA) is the preferred Government repository for contractor submitted representations and certifications required for the conduct of business with the Government. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the paper-based versions are also acceptable and shall be returned with the offer. 52.212-2, Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the lowest-price Offeror whose quotes meets or exceeds the specifications laid out in the Brand-name or Equal specifications provided herein. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. [End of Provision 52.212-2] 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The additional FAR clauses/provisions cited within this omnibus clause are applicable: _x_ 52.203-6 Restrictions on Subcontractor Sales to the Government; _x_ 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; _x_ 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; _x_ 52.211-6 Brand Name or Equal; _x_ 52.222-3 Convict Labor; _x_ 52.222-19 Child Labor Cooperation with Authorities and Remedies; _x_ 52.222-21 Prohibition of Segregated Facilities; _x_ 52.222-26 Equal Opportunity; _x_ 52.222-35 Equal Opportunity for Special Disabled Veterans; _x_ 52.222-36 Affirmative Action for Workers with Disabilities; _x_ 52.222-37 Employment Reports on Veterans; _x_ 52.222-40 Notification of Employee Rights; _x_ 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; _x_ 52.225-13 Restrictions on Certain Foreign Purchases; _x_ 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The additional DFARS clauses/provisions cited within this omnibus clause are applicable: _x_ 52.203-3 Gratuities; _x_ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; _x_ 252.225-7001 Buy American Act and Balance of Payments Program; _x_ 252.225-7012 Preference for Certain Domestic Commodities; _x_ 252.243-7002 Requests for Equitable Adjustment; _x_ 252.247-7022 Representation of Extent of Transportation by Sea*; _x_ 252.247-7023 Transportation of Supplies by Sea* 52.233-2 -- Service of Protest. (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: ___Mr. Jeffrey H. Teague ___HQ SDDC Acquisition Center ___1 Soldier Way, Bldg 1900W ___Scott AFB IL 62225 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) CONTACT INFORMATION: Questions concerning this RFP should be emailed to Daniel S. Woppert at Daniel.s.woppert.civ@mail.mil. Question Submission Deadline: 12 November 2012 (Monday), 3:00 PM EST OFFER SUBMISSION INFORMATION: Due Date / Time: 23-November-2012 (Friday), 3:00 PM EST Place: Submit offers electronically via email to daniel.s.woppert.civ@mail.mil Format: No specific formatting required __END OF SOLICITATION__ Additional Info: N/A Contracting Office Address: Surface Deployment and Distribution Command (SDDC), ATTN: 1050 REMOUNT ROAD, BUILDING 3102, NORTH CHARLESTON, SC 29405 Delivery Address: 841st Transportation BN, SDDC Commander/ S4 1050 Remount Road B3852 TC Dock (physical asset) North Charleston SC 29406 Point of Contact(s): DANIEL S. WOPPERT, DANIEL.S.WOPPERT.CIV@MAIL.MIL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bee36069ce32707384ce47965ebe8a92)
 
Place of Performance
Address: 841st Transportation BN, SDDC, Commander/ S4, 1050 Remount Road, B3852 TC Dock (physical asset), North Charleston, South Carolina, 29406, United States
Zip Code: 29406
 
Record
SN02917303-W 20121024/121022233920-bee36069ce32707384ce47965ebe8a92 (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.