Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2013 FBO #4093
MODIFICATION

W -- Lease 1 Catepillar or Equal D9 Bulldozers

Notice Date
2/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for North Carolina, 4201 Reedy Creek Road, Raleigh, North Carolina, 27607-6412
 
ZIP Code
27607-6412
 
Solicitation Number
W9124213T1450004
 
Archive Date
3/1/2013
 
Point of Contact
Christopher L. Amburn, Phone: 7043914207, Bryant K. Alexander, Phone: 7043914207
 
E-Mail Address
christopher.amburn@ang.af.mil, bryant.alexander@ang.af.mil
(christopher.amburn@ang.af.mil, bryant.alexander@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
I) 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 W9124213T1450004 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-43. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is 532412, small business size standard is 100 employees. (V) COMMERCIAL ITEM DESCRIPTION: *This is a brand name or equal requirement. 1. Renatl/lease of 1 Catepillar or equal D9 Bulldozer, delivered to 110 High School Dr Mt Hope WV 25880. Period of performance shall be from 15 May 2013 thru 30 July 2013. Equipment shall be delivered and picked up from same location on the above dates. See attched statement of work. NOTE: If quoting equal item, your proposal must contain the make, model and part number along with the name of the manufacturer and enough information for the Government to make an or equal determination. Failure to include sufficient information may result in no further consideration of your quote. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their or equal offer/quote. Request for such information does not constitute discussions. (VII) Place of Delivery: JTFS, 110 High School Dr Mt Hope WV 25880 FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) 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. (XIII) The following clauses 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 this website http://farsite.hill.af.mil: 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 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; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252-225-7002, Qualifying Country Sources as Subcontractors; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7035 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate; 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.247-7023 Alt III, Transportation of Supplies Sea. 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 FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 8 Feb 2013 at 11:00 AM EST. 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 solicitation shall apply. Award can only be made to contractors registered in SAM(http://www.sam.gov). (XIV) N/A. (XV) Quotes will be due to the 145 AW, 4930 Minuteman Way, Charlotte,NC 28208, by 14 Feb 2013, 11:00 a.m. eastern standard time. Email quotes are preferred and will be accepted at christopher.amburn@ang.af.mil. Quotes may also be faxed to 704-391-4309. This project is contingent upon funding. (XVI) Point of Contact is SMSgt Chris Amburn, SSgt Devan Abram, SSgt Camille Dautun 704-391-4207 or email christopher.amburn@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA31/W9124213T1450004/listing.html)
 
Place of Performance
Address: JTFS, 110 High School Dr, Mt Hope, West Virginia, 25880, United States
Zip Code: 25880
 
Record
SN02979839-W 20130207/130205234420-7411065e3f2bee578889cdc79210da48 (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.