Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2014 FBO #4592
SOLICITATION NOTICE

38 -- VOLVO LOADER L120G ATTACHMENTS - JUSTIFICATION & APPROVAL

Notice Date
6/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 934 CONF/LGC, 760 Military Hwy, Minneapolis ARS, Minnesota, 55450-2100
 
ZIP Code
55450-2100
 
Solicitation Number
FA6633-14-T-0004
 
Point of Contact
Robert Sung, Phone: 6127131428, Carolyn A. Lohman, Phone: 6127131430
 
E-Mail Address
robert.sung@us.af.mil, carolyn.lohman.1@us.af.mil
(robert.sung@us.af.mil, carolyn.lohman.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
JUSTIFICATION & APPROVAL 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 will be evaluated and awarded per the prescribed procedures of FAR Part 13, Simplified Acquisition Procedures and will be solicited under Other than Full and Open conditions. Per FAR 11.105(a)(3) and FAR 6.305(c) the Justification and Approval is included with this solicitation. The solicitation/procurement number for this procurement is FA6633-14-T-0004 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-74, Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20140528 and Air Force Acquisition Circular (AFAC) 2014-0412. Per FAR 19.102(b)(1) Non-manufacturer Rule applies to this NAICS 333120; therefore, this procurement will not be a small business set-aside. This is firm fixed price procurement, and will be procured using commercial item procedures and award selection will be made based on delivery times and price. The RFQ's submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, unit and total price, delivery times, any discount terms and acknowledgement of all solicitation amendments (if applicable). All interested sources are encouraged to submit a quotation, which shall be considered by the agency. Period of Acceptance for Offerors: The offeror agrees to hold its offer firm for 30 calendar days from the date specified for receipt of offers. CLIN # QUANTITY DESCRIPTION CLIN 0001 1 EACH Volvo 6.5 cubic yard high tip bucket for a Volvo L120G with quick coupler 118" wide with bolt on cutting edge. CLIN 0002 1 EACH Kenco 9,000 Lb. capacity (model K-KL-9000) barrier lift CLIN 0003 1 EACH Pro-Tech (model FP18L) fold out snow pusher with 18" width, 48" moldboard height, rubber cutting edge, snow capacity of 23 yards, and modified by Volvo for use with Volvo quick coupler. It is also required any contractor doing business with the government under contract be registered in the System for Award Management (SAM) website url: https://www.sam.gov/portal/public/SAM/ New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. SAM Requirement - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.SAM.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Quotations maybe submitted via e-mail to robert.sung@us.af.mil or carolyn.lohman.1@us.af.mil, or by fax to (612) 713-1425. Quotations are to be received no later than 0600 CDT, 21 July 2014..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/934LSSLGC/FA6633-14-T-0004/listing.html)
 
Place of Performance
Address: 934 AIRLIFT WING, 760 MILITARY HIGHWAY, MINNEAPOLIS, Minnesota, 55450-2100, United States
Zip Code: 55450-2100
 
Record
SN03400253-W 20140621/140619234651-7078f7fed66366440f8fc1ba86fd3bc4 (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.