|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#216599th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063 39 -- SIDELOADERS SOL F26600-98-Q1645 DUE 090198 POC Sandy Holleran @
(702) 652-3348 Fax (702) 652-3367 Offers shall quote on the purchase
of the following items: CLIN 0001: Sideloader, four cylinder Perkins
diesel engine, hydrostatic transmission, power steering, hydraulic
motors mounted inside hub assembly, hydraulic assisted brakes,
emergency parking brake, front windshield wiper, driver's overhead
guard w/front and rear windshields, protection guard on load side,
spotlight on roof of cab, adjustable seat, draw bar rear, truck is
automatically axle stabilized, full cab with complete lighting package
and fan in cab, color: OD (Olive Drab) Green, exhaust purifier, heat
and dust package, 3 sets of keys per truck. Includes delivery,
installation, and maintenance & operator training. Mfg by: Baumann
model Prime Series P/N HX88/63/216 (Brand Name Only). Items will be
delivered FOB Destination to Indian Springs AFAF NV 89018. Shipping
address is: 15 RS/MA, Building 705, Indian Springs AFAF NV 89018. One
sideloader will be delivered every 6 months from date the award is
signed. Place of delivery and acceptance is Indian Springs AFAF NV
89018. 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; quotes are being requested and a
written solicitation WILL NOT be issued. Solicitation F26600-98-Q1645
is issued as a Request for Quote (RFQ). This procurement is a 100%
Small Business Set-Aside utilizing the size standard in FAR 19 under
Standard Industrial Code 3537. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-05. The provision at FAR 52.212-1 Instructions
to Offerors-Commercial is incorporated by reference. Offerors are
reminded to submit product literature (essential physical
characteristics) of the items being offered in sufficient detail to
evaluate compliance with this solicitation. Offers shall submit three
references for previous projects (at least 2 other than Nellis AFB)
showing successful work and related experience with their quote
package. Offers not submitting product literature, and past references
with their quote shall be excluded from consideration. Offer shall
submit complete standard commercial warranty paperwork with their quote
package. Provision FAR 52.212-2, Evaluation -- Commercial Items is
hereby incorporated by reference. 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, based upon price, past references, delivery schedule,
features and warranty. Award will be made on "all or none" (aggregate)
basis. Offers are reminded to include a completed copy of the
provision 52.212-3 Offeror Representation and Certifications --
Commercial Items, 252.212-7000 Offeror Representations and
Certifications -- Commercial Items, and 252.225-7000 Buy American
Act-Balance of Payments Program Certificate with their offer (if not
available, may be obtained by faxing request to Sandy Holleran @ (702)
652-3367 or available on the Internet @ www.nellis.af.mil. Clause
52.212-4, Contract Terms and Conditions -- Commercial Items is hereby
incorporated by reference. Clause 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items applies to this solicitation, specifically, the
following cited clauses are applicable: 52.203-6, 52.203-10, 52.219-8,
52.222-26, 52.222-35, 52.222-36, and 52.222-37. Additionally, Clause
252.212-7001, Contract Terms and Conditions Required to Implement
Statues or Executive Orders Applicable to Defense Acquisitions of
Commercial Items is hereby incorporated by reference, the following
apply to this solicitation and any resultant contract 252.205-7000,
252.219-7003, 252.225-7001, 252.225-7012, 252.227-7015, 252.243-7001,
252.247-7023, and 252.247-7024. Additional FAR Clauses that are
applicable: FAR 52.211-8 Time of Delivery, and 52.219-6. Additional
DFAR Clauses: 252.225-7002; 252.225-7003; DFAR 252.204-7004 Required
Central Contractor Registration [for solicitation (and resultant
awards) issued after 1 Jun 98 all contractors are required to be
registered in the Central Contractor Registration (CCR) database. In
order to register, the contractor must have a DUNS # (available @ (800)
333-0505. Registration via internet (ccr.edi.disa.mil) takes
approximately 48 hours, all other methods take approximately 30 days.];
and DFAR 252.232-7009 Payment by Electronic Funds Transfer (CCR).
Quotes must be submitted in writing, signed and dated to the 99th
Contracting Squadron/LGCS, Attn: Sandy Holleran, 5865 Swaab Blvd,
Nellis AFB NV 89191-7063, or by fax to (702) 652-3367. The Reps &
Certs, are available on the internet @ www.nellis.af.mil. Offers are
reminded to include product literature, Reps and Certs, past references
criteria, delivery schedule, warranty paperwork, Tax Identification #,
and DUNS # with their quote. Award will be made on or about 4 Aug 98.
The proposed contract action is for supplies for which the Government
intends to solicit and award under the authority of FAR 6.302, Brand
Name Application and Section 4202 Clinger-Cohen Act of 1996. Defense
Priorities and Allocations System (DPAS) assigned rating: DO C9D.
Offers are due no later than Close of Business 4:30 PT (local time) on
1 Sep 98. Posted 08/20/98 (W-SN239848). (0232) Loren Data Corp. http://www.ld.com (SYN# 0279 19980824\39-0002.SOL)
39 - Materials Handling Equipment Index Page
|
|