Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2007 FBO #2125
SOLICITATION NOTICE

25 -- Track carrier

Notice Date
9/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
423820 — Farm and Garden Machinery and Equipment Merchant Wholesalers
 
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
W912CZ07TD056
 
Response Due
9/24/2007
 
Archive Date
11/23/2007
 
Point of Contact
olen, (907) 384-7088
 
E-Mail Address
ACA, Fort Richardson
(olen.northern@richardson.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 being requested and a separate written solicitation will not be issued. (ii) This Request for Quotation (RFQ) number is WC1SH37250D056. (iii) This RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-18 (July 5,2007). (iv) This procurement is restricted to small businesses and the applicable NAICS is 423820 (v) This RFQ contains TWO (2) line items. Price quoted must include shipping FOB destination. (vii) Delivery location: DPTSM, Range Control, ATTN: APVR-RPTM-T, Building 59004, Fort Richardson AK 99505-0600. Acceptance will be Government: Fort Richardson, Alaska 99505 on or before 24 October 2007. Item # 1: 1 each FECON FTX140FM OR EQUAL TRACK CARRIER. Item # 2: 1 each FTX140 OR EQUAL STANDARD WINCH (viii) The provision at FAR 52.212-1, Instructions to Offerors  Commercial (JAN 2004), applies to this acquisition (ix), Offers will be evaluated using the best value selection method, the following are the evaluation factors to be used. Technically accep table, price, delivery time and past performance. Part of the technically acceptable evaluation will include the offered products compatibility with existing equipment as shown in the description required. The contract will be awarded to the offeror that p rovides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompan ied by Representations and Certifications or the offeror must be registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Ap plicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.214-21  Descriptive Literature (APR 02); FAR 52.217-5  Evaluation of Options (JUL 1990); FAR 52.217-7  Option for Increased Quantity  Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 - - Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38  Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contract terms and conditions required to imple ment statutes or executive orders applicable to Defense Acquisitions of Commercial items. Feb 2006FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (J AN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opport unity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Rep orts on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 3:00 PM, Alaska Time, 24 September 2007. (xvii) For further information contact Olen Northern via facsimile (907) 384-7112, or e-mail: olen.northern@richardson.army.mil. Do not e-mail attachments without advance telephonic notification, the e-mail and attachment will be discarded without being read. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABQ/DABQ03/W912CZ07TD056/listing.html)
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN01412208-F 20070921/070920093233 (fbodaily.com)
 
Source
FedBizOpps 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.