Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
SOLICITATION NOTICE

36 -- Replacement Cables for Cedar Rapids Crushing, Washing and Screening Plant

Notice Date
6/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New York, 330 Old Niskayuna Road, Latham, New York, 12110-2224
 
ZIP Code
12110-2224
 
Solicitation Number
0010186379
 
Archive Date
7/5/2012
 
Point of Contact
Mark R Walsh, Phone: 518-786-4986
 
E-Mail Address
mark.r.walsh@us.army.mil
(mark.r.walsh@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; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote reference number 0010186379. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-58 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20111220. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is set aside for small business, the applicable NAICS code is 333120, and the small business size standard is 750 employees. Information concerning FAR clauses can be obtained at www.acquisition.gov/far The date, time and request for quote offers are due by 20 JUNE 2012 at 10:00 A. M. EST to mark.r.walsh@us.army.mil. Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to the due. All questions must be submitting in writing via e-mail to mark.r.walsh@us.army.mil. *MUST INCLUDE COMPANY CAGE CODE & TAX ID INFORMATION WITHIN QUOTE* This requirement is for the following: Replacement Cables for Cedar Rapids Screening, Crushing and Washing Plant. Delivery: 30 Days ARO. CLIN 0001: PN: 5602010304 Cable 14/37 Qty 505 Each CLIN 0002: PN: 5602001317 Cable 16/2 Qty 45 Each CLIN 0003: PN: 5602000905 Cable 14/16 Qty 330 Each CLIN 0004: PN: 5602010003 Cable 4/3G Qty 110 Each CLIN 0005: PN: 5602000304 Cable 10/4 X 120 ft each length (1,320 ft in total) Qty 11 Each CLIN 0006: PN: T609550029 Main Power Cable - per Print is 155ft in length, Qty 3 Each CLIN 0007: Freight to Ft Drum, NY 13602 Deliver to: Maneuver Area Training Equipment Site (MATES) Bldg P4900 Tank Trail Drive Ft. Drum, NY 13602 The Government intends to issue one contract for the entire requirement; partial awards will not be made. Clauses may be accessed electronically in full text through www.acquisition.gov/far. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil,and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligibility Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.237-7, Indemnification and Medical Liability Insurance, Restrictions on Certain Foreign Purchases (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30/0010186379/listing.html)
 
Place of Performance
Address: Maneuver Area Training Equipment Site (MATES), Bldg P4900, Tank Trail Drive, Fort Drum, New York, 13602, United States
Zip Code: 13602
 
Record
SN02774353-W 20120615/120613235229-80fad2ecee4cb674b43da5b06336a254 (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.