SOLICITATION NOTICE
38 -- Purchase and Delivery of a Skid Steer Loader.
- Notice Date
- 1/29/2008
- Notice Type
- Solicitation Notice
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-08-T-0018
- Response Due
- 2/7/2008
- Archive Date
- 4/7/2008
- Point of Contact
- ERIC VOKT, 435-831-2107
- E-Mail Address
-
Email your questions to ACA, Dugway Proving Ground
(eric.s.vokt@us.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 written solicitation will not be issued. This is a combined synopsis and solicitation for the following commercial items: CLIN 0001: 1 each (EA) Part Number (PN) M0031 Bobcat S330 Skid Steer Loader; CLIN 0002: 1 EA PN M0031-P 02-C01 Bobcat Backup Alarm and Horn; CLIN 0003: 1 EA PN M0031-R01-C03 Bobcat Advanced Control System; CLIN 0004: 1 EA PN M0031-R11-C02 Bobcat Hydraulic Bucket Positioning; CLIN 0005: 1 EA PN 7127355 Bobcat 14-17.5, 14 PR, Bobcat Heavy Duty Spare; CLIN 0 006: 1 EA PN M0031-A01-C01 Bobcat Attachment Control Kit (Factory Install); CLIN 0007: 1 EA PN M0031-R02-C05 Bobcat Special Apps Kit w/ 1/2 inch Lexan; CLIN 0008: 1 EA PN M0031-R17-C02 Bobcat Lexan Rear Window; CLIN 0009: 1 EA PN M0031-A02-C05 Bobcat Po rt Relief Valve; CLIN 0010: 1 EA PN 7109332 Bobcat Pallett Fork Frame, Heavy Duty; and CLIN 0011: 1 EA PN 6541518 Bobcat 48-inch Pallet Fork Teeth. Prices must include shipping cost to Accountable Property Officer; Building 5464; Dugway UT 84022-5000 (FOB : Destination). This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ W911S6-08-T-0018. This solicitation is set-aside for Small Business concerns. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 423830 (size standard is 100 employees) applies to this procurement. The following provisions and clause apply to this acquisition: The p rovision at FAR 52.212-1 Instructions to Offerors--Commercial Items, applies to this solicitation. FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. FAR 52.212-4; Contract Terms and Condition s Commercial Items applies to this solicitation. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohi bition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this solicitation. Spe cifically, the following clauses cited are applicable to this solicitation: 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program Alternate I; 252.227-7015 Technical Data--Commercial Items; 252.227-7037 Validation of Restricti ve Markings on Technical Data; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following local clauses appy to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Wide Area Workflow; Contractor Access to DPG; and OSHA Standards. All quotes must be emailed to Mr. Eric S. Vokt at eric.s.vokt@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr. Eric Vokt at eric.s .vokt@us.army.mil. Quotes are due no later than 10:00 AM (local prevailing time at U.S. Army Dugway Proving Ground, Utah) on Thursday, February 7, 2008.
- Place of Performance
- Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Country: US
- Zip Code: 84022-5000
- Record
- SN01494962-W 20080131/080129230300 (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 |