|
COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353United States Air Force, Air Force Space Command, 45CONS (Bldg 423),
1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238 35 -- MOBILE MANLIFT SOL F08650-99-T-2193 POC Patricia King, Contract
Specialist, Phone 407-494-8699, Fax 407-494-2983, Email
p.king@pafb.af.mil -- Thyra Hayes, Contract Specialist, Phone
407-494-4292, Fax 407-494-2983, Email thyra.hayes@pafb.af.mil WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F08650-99-T-2
193&LocID=516. E-MAIL: Patricia King, p.king@pafb.af.mil. This is a
combined synopsis/solicitation for a commercial item 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; quotations are being requested and
a written solicitation will not be issued. Solicitation #
F08650-99-T-2193 is issued as a Request for Quotation. The solicitation
document and incorporated provisions and clauses are those in effect
through FAC 97-11 and Air Force Space Command Circular 96-4. This
procurement is set aside for all responsible small business sources.
The SIC code and business size standard are 3537/750. This requirement
is for a fixed price contract for ____1____ line item(s) Brand Name or
Equal. Line Item 0001: Quantity -- __1__; item description: Mobile
Manlift OFFERING: Manufacturer's Name: Marklift____ Brand:
_____________ Model or Part No.Ch80C, 4x4, Manlift to be powered by
Cummins diesel, water cooled, HP engine, 4B3, 9.40 gallon fuel
tank,heavy duty spark arrester., 4-wheel drive load sensing, pressure
compensating 52 gal reservoir capacity. Platform 72"x36"x44, Platform
height 80'4", 500 lbs maximum load capacity, maximum walking height
86'4". Stored height 8'10". 220 volt A/C to platform. Boom: All steel
3-section boom. Hostile Environmental Package Tow Bar. Required
delivery is thirty (30) days after contract award with acceptance and
FOB at destination. Delivery will be to SMC/CWP Bldg. 945, Patrick AFB,
FL 32925-5270. FAR 52.252-1, Solicitation Provisions Incorporated by
Reference (FEB 1998), This solicitation incorporates one or more
solicitation provisions by reference, with the same force and effect as
if they were given in full text. Upon request, the Contracting Officer
will make their full text available. The offeror is cautioned that the
listed provisions may include blocks that must be completed by the
offeror and submitted with its quotation or offer. In lieu of
submitting the full text of those provisions, the offeror may identify
the provision by paragraph identifier and provide the appropriate
information with its quotation or offer. Also, the full text of a
solicitation provision may be accessed electronically at this address:
http://farsite.hill.af.mil/ (All letters in lower case.) (End of
provision). FAR 52.212-1 Instructions to Offerors -- Commercial Items
(AUG 1998); FAR 52.212-3 Offeror Representations and Certifications --
Commercial Items (MAY 1999), DFARS 252.225-7000 Buy American Act --
Balance of Payments Program Certificate (DEC 1991), DFARS 252.225-7035
Buy American Act-North American Free Trade Agreement Implementation
Act-Balance of Payments Program Certificate (MAR 1998) and DFARS
252.211-7003 Brand Name or Equal (DEC 1991) (offerors shall provide a
completed copy of the provisions at FAR 52.212-3, DFARS 252.225-7000
and DFARS 252.225-7035 with offer). FAR 52.252-2, Clauses Incorporated
by Reference (FEB 1998), This contract incorporates one or more
clauses by reference, with the same force and effect as if they were
given in full text. Upon request, the Contracting Officer will make
their full text available. Also, the full text of a clause may be
accessed electronically at this address: http://farsite.hill.af.mil/
(All letters in lower case.) (End of clause). FAR 52.212-4 Contract
Terms and Conditions -- Commercial Items (MAY 1999) (without addenda);
FAR 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items (MAY 1999) with the
following applicable clauses for para b -- FAR 52.222-21 Prohibition of
Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246),
FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for
Handicapped Workers (29 U.S.C. 793), FAR 52.222-37 Employment Records
on Special Disabled Veterans and Veterans of the Vietnam Era (28 U.S.C.
4212) and 52.232-33 Payment by Electronic Funds Transfer -- Central
Contractor Registration; DFARS 252.212-7001 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items (MAR 1998) with
the following applicable clauses -- DFARS 252.225-7001 Buy American
Act and Balance of Payment Program (41 U.S.C. 10A-10D, E.O. 10582) and
DFARS 252.225-7036 Buy American Act -- North American Free Trade
Agreement Implementation Act -- Balance of Payment Program; FAR
52.219-6 Total Small Business Set-Aside (JUL 1996); FAR 52.225-11
Restrictions on Foreign Purchases; FAR 52.246-1 Contractor Inspection
Requirements; FAR 52.247-34 FOB Destination; DFARS 252.204-7004
Required Central Contractor Registration (***AS OF 01 JUNE 1998 IT IS
MANDATORY FOR ALL VENDORS TO BE REGISTERED IN THIS SYSTEM IN ORDER TO
RECEIVE A FEDERAL GOVERNMENT CONTRACT. TO REGISTER CALL 1-888-227-2423
or register on-line at
http://www.safaq.hq.af.mil/contracting/ccr0.html (All letters in lower
case.)***); and AFSPCFARS 5352.212-9500 Commercial Warranty. Any
contract awarded asa result of this solicitation will be a DO rated
order certified for national defense use under the Defense Priorities
and Allocations System (DPAS) (15 CFR 700). The Government intends to
make a single award to the responsible offeror whose offer is the most
advantageous to the Government considering price and price-related
factors to include past performance. FAR 52.212-2, Evaluation --
Commercial Items, complete para (a) with the following: Award will be
made to the offeror who meets the solicitation's minimum criteria for
technical acceptability at the lowest price and has a satisfactory past
performance record. To be determined technically acceptable, the
offeror must furnish product literature that demonstrates that the
products offered meet each and every requirement stated in the purchase
description given above for Item 0001. ///Invoice Special Notice///In
accordance with FAR 52.212-4, Contract Terms and Conditions --
Commercial Items (Apr 1998), paragraph (g), electronically transmitted
invoices are "NOT" authorized and will "NOT" be accepted. IAW SF 1449
Block 18b, which refers you to Block 9, invoices must be sent to the
Block 9 address; any sent to the Block 18a DFAS Office or any other
office may result in delayed payment without any interest penalty being
allowed. Above mentioned clause and paragraph are printed as follows:
FAR 52.212-4 Contract Terms and Conditions-Commercial Items (APR 1998),
(g) INVOICE. The contractor shall submit an original invoice and three
copies (or electronic incoive, if authorized,) to the address
designated in the contract to receive invoices. An invoice must include
-- (1) name and address of the contractor; (2) invoice date; (3)
contract number, contract line item number and, if applicable, the
order number; (4) description, quantity, unit of measure, unit price
and extended price of the items delivered; (5) shipping number and date
of shipment including the bill of lading number and weight of shipment
if shipped on Government Bill of Lading; (6) terms of any prompt
payment discount offered; (7) name and address of official to whom
payment is to sent; and (8) name, title and phone number of person to
be notified in event of defective invoice. Invoices will be handled IAW
the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and
Budget (OMB) Circular A-125, Prompt Payment. Contractors are encouraged
to assign an identification number to each invoice. (End of Excerpt) If
an invoice is submitted that does "not" include all of the above items
(g(1) -- g(8)), it will "not" be processed but will immediately be
returned to the contractor.///End of Invoice Special Notice/// Partial
Shipment/Partial Payment is not authorized. **THE FOLOWING MUST BE
COMPLETED, AS APPLICABLE, & RETURNED WITH YOUR QUOTE: 1. IF YOUR QUOTE
IS FOB ORIGIN, PLEASE PROVIDE THE TOTAL SHIPPING WEIGHT _________
AND/OR THE SHIPPING COST ________. 2. IF THIS/THESE ITEM(S) IS/ARE ON
ANY GOVERNMENT CONTRACT, PLEASE PROVIDE COPY OF THE CONTRACT AND:
CONTRACT NUMBER -- _________; EXPIRATION DATE -- ______; PROMPT PAYMENT
TERMS -- _______; FOB POINT -- __________. 3. FOR WARRANTY PURPOSES,
PLEASE FURNISH THE FOLLOWING INFORMATION FOR EACH LINE ITEM: THE
WARRANTY EXTENDS FOR A PERIOD OF ___ DAYS OR ___ YEARS FROM ( ) DATE OF
SHIPMENT, ( ) DATE OF RECEIPT OR ( ) DATE OF INSTALLATION. 4.
CONTRACTOR DUNS NUMBER -- ____________. 5. CONTRACTOR CAGE CODE --
________. 6. IS THE "REMIT TO" THE SAME AS THE ORDERING ADDRESS?
__YES/__NO IF "NO", PLEASE FILL IN CORRECT "REMIT TO": NAME OF COMPANY
-- ________________ NO/STREET OR PO BOX NO. -- ______________
CITY/STATE/ZIP -- ____________.** Offers are due no later than
__4:00_______ PM EST on 4 Jun 99 at 45 CONS/LGCSA, 1201 Edward H. White
II St., Bldg. 423, Patrick AFB, FL 32925-3237. For information contact
Patricia A. King, Contract Specialist, at (407) 494-8699, Fax (407)
494-2983. The Internet e-mail address for this Contracting Officer is:
Posted 05/21/99 (D-SN334187). (0141) Loren Data Corp. http://www.ld.com (SYN# 0186 19990525\35-0002.SOL)
35 - Service and Trade Equipment Index Page
|
|