SOLICITATION NOTICE
79 -- Sweeper Assembly, Airport
- Notice Date
- 9/19/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
- ZIP Code
- 99505-0525
- Solicitation Number
- DABQ03-03-T-0100
- Response Due
- 9/28/2003
- Archive Date
- 11/27/2003
- Point of Contact
- Tony Maes, (907) 353-7127
- E-Mail Address
-
Email your questions to ACA, Fort Richardson
(tony.maes@wainwright.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA (i) 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; proposals a re being requested and a written solicitation will not be issued. (ii) This Solicitation will be issued as a request for quotation (RFQ) under the following Solicitation Number: DABQ03-03-T-0100. (iii) This Solicitation and the provisions and clauses incor porated are those in effect through Federal Acquisition Circular (FAC) 2001-15. (iv) This acquisition is a Small Business Set-aside, Size standards 750 Employees. The applicable NAICS is 333999. (v) This RFQ contains the Statement of Work: The Contractor shall perform or provide the following item: 1. SWEEPER, AIRPORT/RUNWAY, 2 ea., a. METHOD OF OPERATION: Will be completely self-contained and will operate using friction sweeping method. Will not have any moving parts, internal, or external power sour ces, engine, or drive components. Towing vehicle will activate unit operation b. SWEEPING WIDTH: Not less than eight feet. c. OVERALL DIMENSIONS: (In operating mode) 8 ft. x 5 ft. x 2 in. d. PORTABLE: Unit weight not to exceed 80lbs. Unit will be c ollapsible, and have carry/transport bag to provide for immediate deployment on site, or for air or truck shipment to other locations. Will be able to be hand carried to operations location, set up, and operated by one person. e. PERFORMANCE: Equipment will be capable of sweeping 1 million square feet per hour of operation f. SWEEPING SPEED RANGE: Minimum five miles per hour, with maximum operating speed no less than twenty five miles per hour g. COLOR: Black. h. OPERATORS MANUAL: Will have operat ing instructions and maintenance manual. 2. DUPLEX HITCHBAR. The Hitch must hook to a standard receiver hitch. 3. SHIPPING FOR ITEM 1 and 2, The items above shall be delivered to the Central Receiving Point, Bay 5, Bldg 601, ATTN: David Luntz, Fort Gre ely, Delta Junction, Alaska 99737, PH 873-3011. (vi) The listed items will be FOB to the above Destination. The delivery date is 30 Oct 03. (viii) The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition, along with the following addenda. (ix) Offers will be evaluated using the following evaluation factors, technically acceptable, price and delivery time. The contract will be awarded to the offeror that provides the best value to the government. (x) All offers must inc lude a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items (Alt I) (xi) The clause at 52.212-4, Contract terms and Conditions Commercial Items applies to this acquisition along with the following addenda : 52.219-1, Small Business Program Representations (Apr 2002). All offers must include a completed copy of this provision. 252.204-7004. Required Central Contractor Registration (Nov 2001) 252.212-7001, Contract Terms and Conditions. Required to Imple ment Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002) ?????? The following additional clause(s) cited in this clause are also applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998 ) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7002 Qualifying Country sources as Subcontractors (Dec 1991) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies to this acquis ition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (38 U.S.C. 4212) 52.222-36, Affirmative Action for workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 1272 2, 12724,13059, 13067, 13121, and 13129). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). 52.225-3 Buy American Act-north Free Trade Agreement Supplies, 252.247-7023, Transportation by Sea and Air (xiii) The full text of clauses and provisions can be accessed at the following web address: http://arnet.army.mil/FAR. All offers are due no later than 12:00 PM, Alaska Time, 28 Sept 03. (xvii) For further information contact Tony Maes via facsimile (907) 353-73 02, or e-Mail: tony.maes@wainwright.army.mil.
- Place of Performance
- Address: ACA, Fort Wainwright Regional Contracting Office, Alaska, ATTN: SFCA-PRA-AC, PO Box 35510, BLDG 3030 Fort Wainwright AK
- Zip Code: 99703-0510
- Country: US
- Zip Code: 99703-0510
- Record
- SN00438227-W 20030921/030919213228 (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 |