SOLICITATION NOTICE
23 -- Mobility Passenger Mini-Vans - Attachment 2 - Attachment 1
- Notice Date
- 5/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
- ZIP Code
- 21244
- Solicitation Number
- SSA-RFQ-10-1431
- Archive Date
- 6/12/2010
- Point of Contact
- JOYCE L. WERRELL, Phone: 4109659493, Syreeta Gay, Phone: 410-965-9510
- E-Mail Address
-
JOYCE.WERRELL@SSA.GOV, syreeta.gay@ssa.gov
(JOYCE.WERRELL@SSA.GOV, syreeta.gay@ssa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Mobility Vans Specifications Commercial Item Clauses & Representations & Certifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information attached to this notice. This announcement constitutes the only solicitation; quotations are being requested at this time. A written solicitation will not be issued. The Social Security Administration is seeking quotations for two (2) Mobility Passenger Mini-vans. The specifications for the mobility vans are included in Attachment 1 of this notice. The small business size standard is 1,000 employees. The North America Industry Classification System (NAICS) code for this acquisition is 336112. This acquisition is being conducted in accordance with the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. The selected offeror must comply with the following commercial item terms and conditions as well as any addenda to these clauses. The FAR clauses and provisions that apply to this acquisition are FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. In addition, offerors must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Applicable terms and conditions, and representations and certifications are contained in Attachment 2 of this notice. To be considered for award, offered vehicles must meet the salient physical, functional, and performance components specified in attachment 1 of this solicitation. Offerors shall include descriptive literature such as illustrations or drawings and clearly describe the offered vehicle and any modification the offeror plans to make in order for it to conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contractor shall also provide a firm-fixed price for all vehicles provided under this solicitation and state the period of acceptance for their quotation. Quotes shall be for new vehicles ONLY. All items must be covered by the manufacturer's warranty. The Contracting Officer will evaluate offers on the basis of information furnished by the offeror. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the requirements of this solicitation in terms of technical acceptability, lowest price and delivery time. Shipping/Delivery must be free on board (FOB) destination CONUS (Continental U.S.), 60 days after award, which means that the seller must deliver the vehicles at the destination specified by the buyer, and the seller is responsible for the cost of shipping/transporting and risk of loss prior to actual delivery at the specified destination This requirement is set-aside 100% for small business. Only qualified sellers may submit quotes. Responses to this combined synopsis/solicitation are due no later than 3:00 p.m.EST, Friday, May 28, 2010. Offerors may send responses via email to Joyce.Werrell@ssa.gov. All questions regarding this RFQ must be submitted in writing to Joyce Werrell at the email address provided previously by May 21, 2009 at 1:00PM EST. NO PHONE CALLS WILL BE ACCEPTED. E-mail communications shall include company name, point of contact, e-mail address, phone and fax numbers. Offerors must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-10-1431/listing.html)
- Place of Performance
- Address: Social Security Administration, Supply Bldg Loading Dock, 6301 Security Blvd., Baltimore, Maryland, 21235-6301, United States
- Zip Code: 21235-6301
- Zip Code: 21235-6301
- Record
- SN02152156-W 20100519/100517235216-cd5b6d339ab7d8d1346a79144fdc6cea (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 |