Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2013 FBO #4271
SOLICITATION NOTICE

K -- COMBINED SYNOPSIS/SOLICITATION

Notice Date
8/2/2013
 
Notice Type
Presolicitation
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
SWPA (Tulsa)U.S. DEPT OF ENERGYSOUTHWESTERN POWER ADMINISTRATIONONE WEST THIRD STREETTulsaOK74103-3502US
 
ZIP Code
00000
 
Solicitation Number
DE-SOL-0006004
 
Response Due
8/23/2013
 
Archive Date
9/22/2013
 
Point of Contact
Sean L. Long
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ). Submit only written quotes for DE-SOL-0006004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68. This is a 100% Small Business Set-Aside. The associated NAICS code is 423110 with a small business size standard of 100 employees. This RFQ contains three (3) line items and are as follows: ITEM NODESCRIPTIONQTYUNITUNIT PRICETOTAL PRICE 0001CAB HEIGHT PICKUP COVER, WHITE, WITH GLASS SIDE DOORS THAT HINGE UP, A FRONT SLIDE GLASS WINDOW, GLASS REAR WINDOW, INSIDE LIGHT, AND POWER LOCKING MECHANISM (JASON PACE MODEL WITH TRI-CELL HONEYCOMB ROOF RACK AND WINDOOR AND FRONT SLIDER) 0002BED SLIDE WITH 12 INCH SIDES AND FRONT (ATC ORIGINAL BED SLIDE) 0003FRONT BUMPER WITH INTERNAL WINCH MOUNT, 2 OR MORE HID FOG LIGHTS, AND 16,500LB WINCH (CH11-Q2762-1, Q-WINCH, AND 68801 WARN 16,500 LB WINCH) 0004BLACK SIDE STEP BARS WHEEL TO WHEEL (RAPTOR STEP BARS 0801-0021B) 00056.5 INCH OR GREATER SUSPENSION LIFT KIT (196H) 000618 X 9 INCH WHEELS (4) (725MB-8908918 AND 14MM x 1.5) LUGNUTS) 000735 X 12.5/18 AT TIRES (4) (90000001944) 0008FENDER FLARES (40938-02) TOTAL QUOTE PRICE$______________ This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive. SECTION C ? DESCRIPTIONS /SPECIFICATIONS/STATEMENT OF WORK Work shall be completed and ready for use no later than 14 days after receipt of order. All parts shall be installed on 2014, Chevrolet, Silverado, 4WD Crew Cab Pickup The Government will deliver and pick up the vehicle when the modifications are completed. CONTRACT CLAUSES AND PROVISIONS The Following Clauses and Provisions are Incorporated by Reference Only: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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 address: http://farsite.hill.af.mil PROVISIONS: The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation -- Commercial Items (completed as follows): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capabilities Past Performance Price The cost to the Government for delivery and pick-up of the vehicle will be a determining factor in the evaluated price based on the vendors distance from Springfield, Missouri. Technical Capabilities and Past Performance, when combined, are more important when compared to price. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items CLAUSES: The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.222-50 Combating Trafficking in Persons; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontractor Awards; FAR 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-13, Notice of Set Aside Order; FAR 52.219-28, Post-Award Small Business Program Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-40, Notification of Employee Rights Under the National labor Relations Act; FAR 52.222-41, Service Contract Act of 1965; FAR 52.223-3, Hazardous Material Identification and Material Safety Data, Alternate I; FAR 52.223-5, Pollution Prevention & Right to Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.228-5, Insurance --Work on a Government Installation; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-2, Service of Protest; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.236-7, Permits and Responsibilities; FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.2 43-1, Changes?Fixed Price, Alternate I & Alternate II; FAR 52.245-1, Government Property; FAR 52.245-2, Government Property Installation Operation Services; FAR 52.246-4, Inspection of Services?Fixed Price; FAR 52.246-14, Inspection of Transportation; FAR 52.246-20, Warranty of Services; FAR 52.249-8, Default (Fixed ?Price Supply and Service); FAR 52.247-21, Contractor Liability for Personal Injury and/or Property Damage; FAR 52.247-22, Contractor Liability for Loss of and/or Damage to Freight Other Than Household Goods; FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. INSTRUCTIONS Quotes must be signed, dated and received no later than August 23, 2013, at 12:00 pm, Central Time at the following address: SUBMIT QUOTES TO: Southwestern Power Administration Attn: Sean L. Long One West Third Street Tulsa, OK 74103-3502 Please mark the outermost layer of quotes packaging with the solicitation number DE-SOL-0006004. OR at e-mail the quote to sean.long@swpa.gov. NO FAX QUOTES. LATE QUOTES: Quotes or modifications of quotes received at the address above after the exact time specified for receipt of quotes WILL NOT be considered. All contractors must be registered in the System for Award Management database located at http://www.sam.gov prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total proposal price, and technical documentation for each CLIN in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote. For additional information, please contact the Contract Specialist, Sean Long at 918-595-6740 or by email at sean.long@swpa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0006004/listing.html)
 
Record
SN03136171-W 20130804/130802234521-8848359c6fcfd9bb9a6939b23fd4e841 (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.