|
COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1999 PSA#2351USPFO for Michigan, Contracting Office, 3111 W. Saint Joseph St.,
Lansing, MI 48913 39 -- TUG, AIRCRAAFT SOL DAHA20-99-T-0014 DUE 060199 POC Debbie
Clemence, Purchasing Agent, (517)483-5708 (E-mail at
clemencedj@mi-arng.ngb.army.mil) This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; offers are being
requested and a written solicitation will not be issued. This
solicitation number is DAHA20-99-T-0014, and is issued as a Request for
Quotation (RFQ). The RFQ incorporates provisions and clauses as those
in effect through Federal Acquisition Circular Number 97-11 and Defense
Acquisition Circular Number 91-13 Edition. This solicitation is 100%
set-aside for small business. The standard industrial classification
code is 3523 with small business standard of 500 employees or less.
Description of commodity: Tug, Aircraft, Two (2) each, with 8000 pound
draw bar pull capacity, multi-fuel diesel engine capable of using
JP-8, mid-engine style for weight distribution, automatic transmission
w/park, full-time all wheel drive, multi-leaf spring suspension,
anti-restart electrical system, hydraulic boosted power steering,
hydraulic self-adjusting brakes w/accumulator, standard military pintle
hitch, maximum outside turning radius of 166 inches, maximum height not
to exceed 48.5 inches, must include a User Instruction and
Service/Repair Manual. Commodity delivery required not later than 30
Jun 99 if delivery date cannot be met, indicate proposed delivery date.
Offer is to be FOB destination, delivered to Grand Ledge, MI. The
following FAR provisions and clauses apply to this solicitation:
52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2,
Clauses Incorporated by Reference; 52.204-6, Data Universal Numbering
System (DUNS) Number, 52.211-16, Variation in Quantity, with 0%
variation allowed, 52.212-1, Instructions to Offerors-Commercial Items;
52.212-2, Evaluation-Commercial Items (Evaluation factors being price,
delivery, prior performance and ability to meet Government
requirements with each being equally considered in the evaluation
process); 52.212-3, Offeror Representation and
Certifications-Commercial Items; 52.212-4, Contract Terms and
Conditions-Commercial items; 52.219-6, Notice of Total Small Business
Set-Aside. FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial Items, applies to
this solicitation the following additional clauses cited within the
clause by reference apply: 52.222-3, Convict Labor; 52.233-35, Protest
After Award; 52.222.26, Equal Opportunity; 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans; 52.222-36,
Affirmative Action for Workers with Disabilities, 52.222-37, Employment
Reports on Disabled Veterans and Veterans of the Vietnam Era,
52.225-18, European Union Sanctions for End Products. 52.222-21,
Prohibition of Segregated Facilities. The following Defense Federal
Acquisition Regulations Supplement (DFARS) clauses apply to this
solicitation: 252.225.7000, Buy American Act-Balance of Payments
Program Certificate: 252.225-7001, Buy American Act-Balance of
Payments; and 252.204-7004, Central Contracting Registration. Copy of
provisions and clauses are available on the Internet at
http://farsite.hill.af.mil. Qualifying offers will meet the stated
specifications and be accompanied by completed provisions 52.212-3 and
252.225-7000. Offerers must have a valid DUNS Number (1-800-333-0505);
must be able to receive payments via Electronic Funds Transfer
(EFT/Direct Deposit); be registered with the Central Contracting
Registry (CCR) (web address for registration: http://ccr.edi.disa.mil);
and provide three (3) customer references with business name, point of
contact with telephone number. The Government will award a contract
resulting from this solicitation to the responsible offerer whose offer
conforms to the solicitation and will be most advantageous to the
Government. Required information and completed offer, to include
specifications, warranty information, and descriptive literature, may
be faxed to 517-483-5900 or mailed to USPFO FOR MICHIGAN, Purchasing &
Contracting, Attn: Debbie Clemence, 3111 W. St. Joseph Street,
Lansing, MI 48913-5102. Offer must be received not later than Noon,
local time, 01 June 1999. All responsible sources may submit an offer,
which shall be considered by the agency. Questions may be addressed to
Debbie Clemence at (517)483-5708. Posted 05/19/99 (W-SN333418). (0139) Loren Data Corp. http://www.ld.com (SYN# 0224 19990521\39-0002.SOL)
39 - Materials Handling Equipment Index Page
|
|