SOURCES SOUGHT
17 -- Portable Lightweight, low-profile Analog Scales, to weigh Rolling Stock
- Notice Date
- 9/20/2004
- Notice Type
- Sources Sought
- NAICS
- 333997
— Scale and Balance (except Laboratory) Manufacturing
- Contracting Office
- 143 AW/LGC, RIANG Base Supply Building, 5 Minuteman Way, North Kingstown, RI 02852-7547
- ZIP Code
- 02852-7547
- Solicitation Number
- W912LD-04-T-0040
- Response Due
- 9/23/2004
- Archive Date
- 11/22/2004
- Small Business Set-Aside
- Partial Small Disadvantage Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitati on; Proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-2 and Defense Acquisition Circular 91-13. This solicitation is Set-Aside for Small Business in accordance with FAR Part 19. The North American Classification System (NAICS) Code is 333997, Size Standard is 500 Personnel. The Contractor shall provide the following mandatory minimum system r equirements for the subject purchase. Quantity of four each lightweight portable scales. Scales must be Analog and have a low-profile design (platform height of approximately 0.75, to be used for weighing self-propled rolling stock. of the Represe ntations and Certifications at FAR 52.212-3, as prescribed in 12.301(b)(2); (9)Acknowledgement of solicitation amendments, if any, for acceptance of offers. The offeror agrees to hold prices in its offer for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Contractor shall provide all materials, labor and transportation necessary to deliver these items. The following provisions and clauses can be viewed through Internet access at the Air Force FAR site: http://farsite.hill.af.mil. In Accordance with FAR 52.252-1(FEB 1998) and FAR 52.252-2(FEB 1998), the following provis ions and clauses are incorporated hy reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (AUG 1998), with the following the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-2, Evaluation, Commercial I tems (MAR 1998). Award will be made to the offeror whose proposal represents the best value to the Government and delivery date. OFFERORS MUST INCLUDES WITH THEIR PROPOSALS A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Co mmercial Items (JUN 1998); FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity (Deviation)(APR 1984); FAR 52.222.35, Affirmative Ation for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.232-33, Manda tory Information for Electronic Funds Transfer Payment is required; FAR 52.247-34, F.O.B. Destination (NOV 1991). Also apply DFARS 252.212-7001,Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acqui sitions or Commercial Items. As prescribed in DFARS 252.212-7001, the following clauses are applicable: 252-225-7001 Buy American Act and Balance of Payments Program and 252.225-7036, Buy American Act, North American Free Trade Agreement Implement ation Act, Balance of Payments Program; DFARS 252.232-7009, Payment By Electronic Funds Transfer (JUN 1998). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to receiving any contract award, contractors must be registered in the Central Contractor Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at https://www.ccr.gov A DUNs number is required. Go to 1-866-705-5711 or https://eupdate.dnb.com/requestoptions/government.ccrreg to request a DUNS number. Offers must be sent in writing/fax/email to MSgt Gwen Jones no later than 3:00 p.m. EST, on 23 SEP 2004 to 143rd Airlift Wing, ATTN: MSgt Gwen Jones, FAX(4 01) 886-1372 or e-mail at gwen.jones@riquon.ang.af.mil.
- Place of Performance
- Address: 143 AW/LGC RIANG Base Supply Building, 5 Minuteman Way North Kingstown RI
- Zip Code: 02852-7547
- Country: US
- Zip Code: 02852-7547
- Record
- SN00677671-W 20040922/040920235320 (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 |