SOLICITATION NOTICE
23 -- Purchase of 21 each, 20-foot container chassis by December 22, 2003
- Notice Date
- 12/6/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN-04-R-0017
- Response Due
- 12/10/2003
- Archive Date
- 2/8/2004
- Point of Contact
- Kerry Luke, (808) 438-6535 ext 147
- E-Mail Address
-
Email your questions to ACA, Fort Shafter
(Kerry.Luke@shafter.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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 are b eing requested and a written solicitation will not be issued. The solicitation number W912CN-04-R-0017 IS ISSUED AS A Request for Proposal (RFP), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 90-45. This is a Small Business Set-Aside. The North American Industry Classification System code is 336212, size standard in 500 Employees. This acquisition is a firm-fixed contract to purchase 21 each, 20-foot trailer chassis. The provisions apply: FAR 52.212-1 , Instructions to Offerors-Commercial Items, FAR 52.212-2, Evaluation ?????? Commercial Items. ?????? As a minimum, the proposal shall contain (1) Ability to meet the delivery schedule; (2) Price / Cost of items described in contract line item number (CL IN) 0001. Offerors who fail to follow the format and requirements listed in 1 through 2 may be found unacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products will be considered. Award will b e made to the responsible offeror on the basis of the lowest evaluated price with acceptable chassis and ability to meet the delivery schedule. The government may award a contract based on initial offers received, without discussion of such offers; theref ore, initial offer should contain the offeror??????s best terms from a cost or price and technical standpoint. Offerors must include a completed copy of the provision at FAR 51.212-3, Alt 1, Offeror Representations and Certifications ?????? Commercial Ite ms and FAR 252.212-7000, Offeror Representations and Certifications ?????? Commercial Items, with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions ?????? Commercial Items is applicable. FAR 52.212-5 Contract Terms and Conditions Requ ired to Implement Statutes or Executive Orders- Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee adjustment for Illegal or Improper Activity?????? 52.219-8 Utilization of S mall Business Concerns and Small Disadvantaged Business Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disa bled Veterans and Veterans of the Vietnam Era; 52.222-0024 Preaward On-Site Equal Opportunity Compliance Evaluation; 52.203-3 Gratuities; 52.204-4 Printed or Copied Double Sided on Recycled Paper; 52.204-7001 Commercial and Government Entity Cage Code Repo rting; 52.209-7001 Disclosure of Ownership or Control by The Government of a Terrorist Country; 52.212-7001 Contract Terms and Conditions Required to Implement Statutes; 52.232-0017 Interest; 52.232-0033 Payment by Electronic Funds Transfer ?????? Central Contractor Registration; 52.242-13 Bankruptcy; 52.233-2 Service of Protest; 52.204-1 Approval of Contract. The following DFAR Clauses applies: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Def ense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.247-7024 Notification of Transportation of Supplies by Sea, 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) DESIRED DELIVERY SCHEDULE, CLINs 0001, December 18, 2003. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the deliver y period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE Item 0001, December 22, 2003. The D efense Priorities and Allocations System (DPAS) does not apply. All potential offerors must contact Mr. Kerry Luke via email at: LukeK@shafter.army.mil for the Statement of work and diagram of chassis. All responsible sources may submit an offer. No te lephonic requests for the solicitation package will be accepted.
- Place of Performance
- Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
- Zip Code: 96858-5025
- Country: US
- Zip Code: 96858-5025
- Record
- SN00482440-W 20031208/031206211526 (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 |