Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2003 FBO #0653
MODIFICATION

23 -- Diesel Powered Sideloader

Notice Date
9/9/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC PUGET SOUND, 467 W STREET, BREMERTON, WA, 98314-5000
 
ZIP Code
98314-5000
 
Solicitation Number
N00406-03-T-2544
 
Response Due
9/11/2003
 
Archive Date
9/11/2004
 
Point of Contact
Karen Barba, Contract Specialist, Phone 360-476-2106, Fax 360-476-6479,
 
E-Mail Address
karen_l_barba@puget.fisc.navy.mil
 
Description
This combined synopsis/solicitation is amended to delete the Total Small Business Set Aside and revise it to be full and open competition. All else remains unchanged. The response date has been extended to NLT 11 Sep 2003. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplement with additional information included in this notice. Reference number N00406-03-T-2544 is hereby issued as Request for Quote. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. This acquisition is 100% set-aside for small businesses (52.219-6 applies) and NAICS code is 333924 (SIC 3799) applies, which has a small standard size of 750 employees. The requirement is for 1 each diesel powered sideloader. Specifications are as follows: 8K load carrying capacity @ 24? load center, 5K elevated and extended lifting capacity @ 144? vertical, maximum outer turning radius of 100?, maximum speed of 10 MPH, four-way all wheel steering system, all wheel hydrostatic drive (hydraulic motor for each wheel), extender forks (spreader bar) of 240?, hardwood top platform/deck, diesel engine type, dual filter air cleaner, 24? platform height, 144? maximum overall height, 96? maximum overall width, 108? maximum overall length, 48? mast travel, 48? fork spread, 3 degrees fork tilt forward/back, backup alarm, enclosed steel cab, seatbelt, heater/AC option for cab, fire extinguisher & bracket, rear combination lights, rear view mirror(s), rear work light, solid rubber drive tires, 6? minimum under vehicle clearance, strobe light (yellow), set of 4 guide rollers, guide roller rail design drawings. The offeror must also identify suggested material tie down locations. The Government reserves the right to require a demonstration of the products offered in response to this solicitation. Delivery is required no later than 09/19/03 (anticipate order placement no later than 08/30/2003). FOB Destination at Bremerton, WA 98383 (52.247-34 applies). Inspection and acceptance at destination. Contractor must be CCR registered to receive award (252.204-7004 applies). The following provision/clauses are included: 52.212-1 Instructions to Offerors ? Commercial Items; 52.212-3 Alternate 1 Offeror Representation and Certification; 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 including 52.219-6 Notice to Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor ? Coorperation with Authorities & Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era & Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era & Other Eligible Veterans, 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-36 Payment by Third Party; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items including 252.225-7001 Buy American Act & Balance of Payments Program, and 252.247-7023 Transportation of Supplies by Sea, 252.225-7000 Buy American Act-Balance of Payments Program Certificate (must be completed and submitted with quote); 5252.213-9401 Notice to Prospective Suppliers (RYG); 52.216-1 Type of Contract (firm fixed price supply); L500 Review of Agency Protest; 5252.213-9402 Additional Evaluation Factor for Consideration of Past Performance ? Navy Red/Yellow/Green Program. Quote submissions MUST include a completed copy of the certification provisions at 52.212-3 Alternate I and 252.212-7001, Tax Identification Number, CAGE Code, DUNS#, Company POC name, telephone, email and fax, product literature per 52.211-6. The full text of clauses may be accessed electronically at these addresses: FAR clauses http://www.arnet.gov/far/, DFARS clauses http://www.acq.osd.mil/dp/dars/dfars.html, NAPS clauses http://www.abm.rda.hq.navy.mil/naps/, and NAVSUP clauses http://www.puget.fisc.navy.mil/Contracting/p592.pdf. Questions and Quotes can be directed to Ms. Karen Barba via fax 360-476-8701 or email karen_l_barba@puget.fisc.navy.mil. Quotes must be received no later than 1:00 PM (PST) on 27 August 2003 to be considered for award. The Government reserves the right to award without discussions. All responsible sources may submit a quote, which shall be considered by FISCPS. Electronic submission of quotes is not available at this time.
 
Place of Performance
Address: Puget Sound Naval Shipyard, Bldg. 455 South, Attn: Bill Richards, Bremerton, WA
Zip Code: 98383
Country: USA
 
Record
SN00430346-W 20030911/030909213541 (fbodaily.com)
 
Source
FedBizOpps.gov 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.