Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

23 -- Rapid Response Trailer Requirement - Attachment 001 - SOW - Solicitation_SAQMMA11R0256 - Appendix B - WOSB Program Info - Appendix C - WOSB Program Info

Notice Date
6/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA11R0265
 
Archive Date
7/8/2011
 
Point of Contact
Patrick V. Villegoureix-Ritaud, Phone: 7038755030, Vincent J Sanchez, Phone: 703-875-6629
 
E-Mail Address
villegoureix-ritaudp@state.gov, SanchezVJ@state.gov
(villegoureix-ritaudp@state.gov, SanchezVJ@state.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Appendix C - WOSB Program Info - Info must be completed and submitted with electronic response to this solicitation. Appendix B - WOSB Program Info - Info must be completed and submitted with electronic response to this solicitation. Solicitation Statement of Work - Referenced Attachment 001 with Equipment List of mobile parts to be included in the Rapid Response Trailer This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. Please download the solicitation documents and incorporated provisions and clauses which are those in effect through Federal Acquisition Circular FAC 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 336999 with a small business size standard of 500 employees. This requirement is a Women-Owned Small Business (WOSB) set-aside and only qualified offerors may submit offers. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the government to respond. Questions must be submitted in writing by the closing date.*** Failure to comply with the attached terms and conditions may result in offer being determined as non-responsive. The Department of State requires registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All quotes must be valid for 30 days from the closing date for this solicitation. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturers warranty and procured through a manufacturer approved distribution channel. The Offeror confirms to have sourced all products submitted in this quote from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies at the time of purchase. Offeror must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. All offers pricing for each vehicle per year must include shipping FOB Destination CONUS (Continental U.S.). Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. All offers must be received by the date and time indicated on this notice. All offers must be submit via email to the points of contact listed. Only electronic responses via email will be accepted. Please ensure your firm follows all guidance offered in FAR 52.212-1, your firm's response should address all the specifications in the attached documents in sufficient detail to allow our evaluators to determine that your firm understands exactly what is required. All interest firms that supply a response to this solicitation must provide one past performance reference that previously purchase similiar vehicles from your firm in a similiar dollar amount. Past performance references should include, name, title, agency, phone number and email address of reference. All questions must be submitted electronically. We look foward to receiving your firm's response!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA11R0265/listing.html)
 
Place of Performance
Address: Washington DC Metropolitan Area, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN02470783-W 20110615/110613234116-1b46afbb15b5ba894d6f228245da00aa (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.