Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

36 -- FOD BOSS Sweeper Mat

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, 144 FW/LGC, 5323 E. MCKINLEY AVE., FRESNO ANG BASE, FRESNO, California, 93727-2199
 
ZIP Code
93727-2199
 
Solicitation Number
W912LA-08-T-6034
 
Archive Date
10/7/2008
 
Point of Contact
Cheryl A. Fitch,, Phone: 5594545129
 
E-Mail Address
cheryl.fitch@cafres.ang.af.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. Quotes are being requested and a written solicitation will not be issued. Solicitation Number #: W912LA-08-T-6034 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular: 05-26. This combined Synopsis /Solicitation is set-aside 100% for small business. The NAICS code(s) is / are 423830. REQUIRED DELIVERY SCHEDULE: 15 DAYS ADC DELIVERY/PERFORMANCE LOCATION(S): FRESNO, CALIFORNIA CLIN 0001: FOD BOSS Sweeper Mat FFP QTY: 3 U/I: Each Sweeper Assembly replacement; DRM-11, Debris Retention Mesh; CSB-4 - Carry Storage Bag, will be completely self-contained and will operate using friction sweeping method, will not have any moving parts, internal, or external power sources, engine, or drive components, towing vehicle will activate unit operation. Sweeping Width: Not less than eight feet, Overall Dimensions: 8 ft. x 5 ft x 2 in., Portable: Unit weight not to exceed 80lbs, unit will be collapsible, 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, Performance: Equipment will be capable of sweeping 1 million square feet per hour of operation, Sweeping Speed Range: Minimum 5 miles per hour, with maximum operating speed no less than twenty five miles per hour, Color: Black, Operator Manual: Will have operating instructions and maintenance manual, Delivery: Items must be available for immediate delivery, Item No: R-Boss-6, or equal. PURCHASE REQUEST NUMBER: F6W2LG8226A001 The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors – Commercial. The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items, and 252.225-7000,Buy American Act—Balance of Payments Program Certificate (Jun 2005). The following additional FAR Clauses are Incorporated by Full Text: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Mar 2007), 52.252-2, Clauses Incorporated by Reference (Feb 1998), 52.252-5, Authorized Deviations in Provisions (APR 1984), 52.252-6, Authorized Deviations in Clauses (APR 1984), 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration, 252.204-7006, Billing Instructions (Oct 2005)252.232-7003, Electronic Submission of Payment Requests (Mar 2007), 252.211-7003, Item Identification and Valuation (JUN 2005), 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquistions of Commercial Items (MAR 2008) Deviation, and 252.225-7000, Buy American Act – Balance of Payments Program Certificate (JUN 2005). The following FAR and DFARS Clauses are incorporated by reference: 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-1 Biobased Product Certification DEC 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.225-7000 Buy American Act--Balance Of Payments Program Certificate JUN 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Alt II Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 Please include the Delivery Time-Frame/Schedule, the company Payment Terms and Federal Tax ID Number. The full text of the above-mentioned FAR and DFARS clauses may be electronically accessed at http://farsite.hill.af.mil as per 52.252-2, Clauses Incorporated by Reference. CCR Requirement - Company must be registered with the Central Contractor Registration (CCR) before an award will be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. POC for this award is TSgt Cheryl A. Fitch at 559-454-5129. Please submit all questions or concerns in writing to Cheryl.fitch@cafres.ang.af.mil. All questions must be submitted NLT 17 SEP 2008. Quotes can be e-mailed to the above-mentioned address. Quotes will be considered late if not received by 22 SEP 2008 @ 1200 hrs (12:00pm).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b0a96fc024ba1c837a4bb9d9bccdcfb2&tab=core&_cview=1)
 
Place of Performance
Address: 5323 E. McKinley Ave, Fresno, California, 93727, United States
Zip Code: 93727
 
Record
SN01662616-W 20080910/080908220313-b0a96fc024ba1c837a4bb9d9bccdcfb2 (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.