|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,2000 PSA#2614Defense Threat Reduction Agency, Albuquerque Field Operations,
Acquisitions (AOA), 1680 Texas St., SE, Kirtland, AFB, NM 87117-5669 38 -- VIBRATORY TRENCH ROLLER SOL DTRA02-00-Q-0014 DUE 060900 POC
JoAnn B. Carroll, Contract Specialist (505) 853-0904, Patricia M.
McDaniel, Contracting Officer, (505) 846-8799 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; quotations are being requested and a written
solicitation will not be issued. Solicitation No. DTRA02-00-Q-00014 is
being issued as a Request for Quotation. This solicitation
incorporates provisions and clauses effective through Federal
Acquisition Circular (FAC) #97-17. This requirement is set aside for
small business concerns. Applicable SIC Code is 3531, and small
business size standard is 750 employees. Line item 001 Vibratory Trench
Roller, quantity, 1 each. To include the following minimum
specifications: operating weight: 3,010 lbs; drum diameter: 19 inches;
drum width: 30 inches; overall width: 32 inches; overall length: 80
inches; overall height: 47 inches; engine type: air-cooled, 4 cycle, 2
cylinder, with electrical start; displacement: 58 cubic inches; horse
power: 20; operating speed: 2,500 RPM; fuel tank: 5 gal; vibration
frequency: 2,400 vpm; total applied force per drum: 8,000 lbs;
compaction depth: 28 inches; area capacity per hour: 10,000 ft; turning
radius-inside: 60 inches; and grade ability without vibration: 52%. The
delivery will be required within 30 days of issuance of a purchase
order. Delivery shall be FOB Destination to PHETS/Stallion Range
Center, White Sand Missile Range (WSMR), San Antonio, NM 87832 (12
miles east on US Hwy 380, 18-miles South on RR 525). The vendor must
arrange for the shipment to arrive between 7:30AM and 3:30PM, Monday
through Thursday. Advance shipping notification to Mr. Bussey or MSgt.
Golden at (505) 679-4127/4218 is required. The following FAR
provisions, clauses, and addenda apply: 52.212-1, Instructions to
Offerors-Commercial, 52.212-2, Evaluation-Commercial Items. The
Government will award a purchase order 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: (1)
price, (2) technical capability of the item offered to meet the
Government requirement. Technical acceptability will be determined
solely on the content and merit of the information submitted in
response to this provision. Therefore, it is incumbent on the offerors
to provide sufficient technical literature, documentation, etc., that
clearly demonstrates that the item offered will meet the terms and
conditions cited above. (3) past performance offeror shall provide with
their quote three Government or Private Industry references complete
with Point of Contact, Phone No., Contract No., Amount of Contract,
Items provided. Offerors shall submit a completed copy of the provision
at 52.212-3, Offeror Representations and Certifications-Commercial
Items with their quote (www.arnet.gov/far/). The following additional
clauses apply 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, and the additional FAR
clauses: 52.222-21 -- Prohibition of Segregated Facilities, 52.222-26,
Equal Opportunity, 52.222-35, Affirmative Action for Handicapped
Workers, 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, 52.225-3, Buy American Act -- Supplies,
and 52.225-11 -- Restrictions on Certain Foreign Purchases, 52.225-18,
European Union Sanction for End Products, 52.232-1 -- Payments,
52.232-33 -- Payment By Electronic Funds Transfer -- Central Contractor
Registration, 52.233-3 -- Protest After Award, 52.237-2 -- Protection
of Government Buildings, Equipment, and Vegetation, 52.243-1 -- Changes
-- Fixed Price, 52.246-1 -- Contractor Inspection Requirements,
52.246-16 -- Responsibility for Supplies, 52.247-34 -- Fob Destination,
52.249-1 -- Termination for Convenience of the Government
(Fixed-Price)(Short Form). Additionally, each offer shall include a
completed copy of Defense FAR Supplement (DFARS) provision
252.212-7000, Offeror Representations and Certifications -- Commercial
Items. The following clauses apply DFARS 252.212-7001, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, Paragraph (b),
252.204-7004 -- Required Central Contractor registration,
252.225-7001, Buy American Act and Balance of Payment Program, and
252.247-7024, Notification of Transportation of Supplies by Sea.
Additional contract requirements are as follows: (1) Vendors shall
extend to the Government the full coverage of any standard commercial
warranty normally offered in a similar commercial sale, provided such
warranty is available at no additional cost to the Government; vendor
must provide the location, telephone number, and the warranty service
provider in the local area (local area is considered to be within 150
miles radius of San Antonio, New Mexico). This agency will not accept
a mail-in warranty (warranty must be accomplished at the equipment
location); (2) include a delivery schedule and the discount/payment
terms; (3) include name of and be signed by an authorized company
representative along with telephone number, facsimile number; (4)
include their taxpayer identification number (TIN), cage code number,
and DUNS number; (5) in accordance with DFARS 204.73, Vendors must be
registered in Central Contractor Registration (CCR). For solicitations
issued after 31 May 1998, DoD will no longer award contracts to
vendors not registered in the CCR data base. Registration may be done
by accessing the CCR via the Internet at http://www.ccr2000.com . This
is a DO-C9E rated order. This acquisition will be processed in
accordance with the Simplified Acquisition Procedures. Offers are due
by 2:00 p.m. on 9 June 2000 at Defense Threat Reduction Agency,
Albuquerque Operations Acquisitions (AOA), ATTN: JoAnn B. Carroll, 1680
Texas Street SE, Kirtland AFB, NM 87117-5669 (Faxed quotes will be
accepted (505) 846-4246. The anticipated award date shall be on or
before 11 July 2000. See Note 1. All responsible sources may submit a
quote which shall be considered by this agency. Posted 06/01/00
(W-SN460686). (0153) Loren Data Corp. http://www.ld.com (SYN# 0210 20000605\38-0001.SOL)
38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page
|
|