Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2012 FBO #3994
SOLICITATION NOTICE

38 -- Ditch Witch Replacement Parts - Ditch Witch Parts

Notice Date
10/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Rock Island (ACC-RI), BLDG 350 RODMAN AVE, Rock Island, Illinois, 61299-5000, United States
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-13-R-9673
 
Archive Date
11/20/2012
 
Point of Contact
Tara Dossiema, Phone: 309-782-6715
 
E-Mail Address
tara.l.dossiema.mil@mail.mil
(tara.l.dossiema.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ditch Witch Parts Brand Name Justification - DitchWitch Parts 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. Solicitation number 10249673 is issued as a request for quotation (RFQ). The anticipated award date is 5 Nov 2012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular _2005-61__. This solicitation is a 100% Small Business set-aside. A list of contract line item number(s) and items, quantities and units of measure, is attached to this solicitation. The Non-Complex Reachback Cell at Rock Island Contracting has a requirement for various Ditch Witch trencher parts, this will include direct shipping to Afghanistan. Interested parties who believe they can meet the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination to Bagram Air Field, Afghanistan, APO AE 09354. Delivery shall be made not later than 35 days after contract award. Offerors are required to submit their quote with enough information for the Government to evaluate the minimum requirements. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 (DEVIATION), SYSTEM FOR AWARD MANAGEMENT REGISTRATION [(a) In compliance with Class Deviation 2012-O0015, the following do not apply to this solicitation/contract: (1) 52.212-1, paragraph (k). (2) 52.212-4, paragraph (t). (3) 52.212-3, introductory paragraph and paragraph (b). (b) Offerors are required to complete 52.212-3 paragraph (c) through (o). (c) Deviation clause 52.204-99, System for Award Management Registration, is required and is added/included by addendum.] The following FAR clauses are applicable to this procurement: 52.202-1 Definitions; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-99 System for Award Management Registration (DEVIATION); 52.207-2 Notice of Streamlined Competition; 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-2 Evaluation-Commercial Items (evaluation factors are (i) price, (ii) technical, and (ii) past performance); 52.212-3 Offeror Representations and Certification--Commercial Items with its ALT 1; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation); 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporate By Reference; 52.252-6 Authorized Deviations In Clauses; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.211-7003 Alt I Item Identification and Valuation (Jun 2011) Alternate I; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.247.7023 Transportation of Supplies by Sea Alt I. One hundred percent Small Business Set-Aside clauses: 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Post-Award Small Business Program Representation. Open market solicitation provisions: 252.215-7007 Notice of Intent to Resolicit; 252.215-7008 Only One Offer. Referenced clauses can be seen at: http://farsite.hill.af.mil. The Government will award a purchase order to the vendor whose offer conforms to the solicitation requirements. All quotes must be valid for 30 days. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representation and Certifications-Commercial Items with its offer. This announcement will close, with quotes due, no later than 11:00 AM (CST)/05 Nov 12. Offers shall be submitted to Tara Dossiema via email to tara.l.dossiema.mil@mail.mil. For additional information, please contact SSgt Dossiema at 609-782-6715.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/19f10efeb9e26ee45894449fbd3236d8)
 
Place of Performance
Address: APO AE 09356, APO, 09356, Afghanistan
 
Record
SN02920671-W 20121031/121029233453-19f10efeb9e26ee45894449fbd3236d8 (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.