Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
MODIFICATION

99 -- Ballast Regulator & Spike Driver

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
336510 — Railroad Rolling Stock Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, Army Contracting Command - Rock Island (ACC-RI), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-15-T-0915
 
Archive Date
10/3/2015
 
Point of Contact
Jeffrey J Kilgard, Phone: 3097827967, Daniel S. Sinnott, Phone: 3097822790
 
E-Mail Address
jeffrey.j.kilgard.civ@mail.mil, daniel.s.sinnott.civ@mail.mil
(jeffrey.j.kilgard.civ@mail.mil, daniel.s.sinnott.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, Federal Acquisition Circular (FAC) 2005-75 and 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. Solicitation W52P1J-15-T-0915 is issued as a Request for Quote (RFQ). This procurement is being issued as a full and open competition among all vendors who can supply the specific products listed below. NAICS Code 336510 - Railroad Rolling Stock Manufacturing applies. Contractors shall provide the below items on a firm fixed price (FFP) basis to include shipping (FOB Destination). Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 90 Days After Receipt of Order (ARO). Delivery shall be made to the Military Ocean Terminal Concord (MOTCO), California. Inspection and Acceptance will occur at destination. This is not a firm commitment on the part of the Government and does not constitute award. The Army Contracting Command - Rock Island (ACC-RI) has a requirement to procure the following items: 1 Each - American Made Rail Road Ballast Regulator 1 Each - American Made Spike Driving Machine Technical Specifications for this item are found in the attached documents labeled as follows: Attachment 0001 - Ballast Regulator Tech Specs Attachment 0002 - Spike Driver Tech Specs Award will be made to the responsible offeror with the lowest price that meets or exceeds the required technical specifications and is able to provide all required equipment. The Government intends to make one award total for all CLINs. Shipping and unloading is responsibility of the vendor. MOTCO does not have a crane available for use for unloading. Drive-off rail trailers may be used at the vendors preference. In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM) prior to award, and have no active exclusions. Registration information can be found at www.sam.gov. Failure to comply with SAM registration may deem an offeror ineligible for award. The following clauses are incorporated herein by reference: 52.204-7, System for Award Management (SAM) 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 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 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers With Disabilities 52.222.50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232.33, Payment by Electronic Funds Transfer - System for Award Management 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-2, Clauses Incorporated by Reference 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204.7004, System for Award Management 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Offerors proposals shall be submitted electronically to Mr. Jeff Kilgard at Jeffrey.j.kilgard.civ@mail.mil and Mr. Dan Sinnott at Daniel.s.sinnott.civ@mail.mil, by 18 September 2015 at 3:00 p.m. Central Time (CT). Questions may be addressed to Jeffrey Kilgard, 309-782-7967, or email: Jeffrey.j.kilgard.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bdcb519146228986925aa9727ed4daa0)
 
Place of Performance
Address: Military Ocean Terminal Concord, 834th Transportation Battalion, 410 Norman Avenue, Concord, California, 94520, United States
Zip Code: 94520
 
Record
SN03891915-W 20150919/150918000412-bdcb519146228986925aa9727ed4daa0 (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.