Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOLICITATION NOTICE

39 -- 39 - 5 Ton Jib Crane

Notice Date
9/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
DAHA42-03-T-0006
 
Response Due
9/12/2003
 
Archive Date
11/11/2003
 
Point of Contact
Sherri Shepherd, 801-523-4093
 
E-Mail Address
USPFO for Utah
(sherri.shepherd@ut.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 bein g requested and a written solicitation will not be issued. (A) SPECIFICATIONS: Five (5) each, five (5) ton, free standing jib cranes to include installation . Jib span of 16'; manual rotation; electric chain hoist; lifting speed to be 12 fpm; plain trolley suspension; lifting height of 14'; include chain containe r, power 460/3/60, tagline power system, bolt hole template, anchor bolts and top entry collector to allow for full 360 deg. rotation. Provide reinforced footing, cutting and removal of existing floor; installation; electrical final wire and load test, an d shipping cost to the following locations: OMS 9, 2883 North Main Street, Spanish Fork, UT 84660; OMS 6, 7602 South Airport Road, West Jordan, UT 84084; OMS 4, 110 East 100 North, Manti, UT 84642; OMS 10, 120 South Main Street, Beaver, UT 84713; and OMS 2 A, 590 South 500 West, Logan, UT 84323. (B) APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.212-1, Instructions to Offeror--Commercial Items, Addendum paragraph (h) Multiple Awards - delete in its entirety, the government plans to award a single contract r esulting from this solicitation; (2) FAR 52.212-3, Offeror Representations and Certifications--Commerical Items, all offerors are to include a completed copy of the representations and certifications with their offer (a copy of FAR 52.212-3 in full text is available at www.arnet.gov/far; (3) FAR 52.212-4, Contract Terms and Conditions--Commercial Items; (4) DFAR 252.204-7004, Required Central Contractor Registration; (5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executiv e Orders--Commercial Items, the following clauses are applicable and incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.219-14, Limitation on Subcontracting; FAR 52.222-21, Prohibitation of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Tra nsfer--Central Contractor Registration. (C) EVALUATION FACTORS: The contract type for this procurement will be fixed price, and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based o n the following evaluation factors, in order of importance: (1) technical factors, consideration of technical approach, capabilities to provide item and installation required; (2) past performance, caliber of offeror's performance on previous contracts; an d (3) cost. (D) INSTRUCTIONS: Offereror's shall include (1) cost and technical proposal; (2) FAR 52.212-3, Representations and Certifications--Commercial Items, filled in completely; and (3) a list of at least three contracts completed or corrently in pro cess within the past three years of similar and related work covered by this soliciation. Offeror shall include the following information for each reference: (a) contracting officer's name and phone number; (b) period of performance; and (c) a brief descr iption of of work under the contract. Failure to provide items 1-3 listed above with your offer may cause your offer to be considered non-responsive. To receive award, the offeror must be registered in the Central Contractor Registration (CCR) database w hich can be accessed at www.ccr.gov. Offers must be submitted NLT 10:00 A.M. on September 12, 2003 by e-mail or fax to 801-523-4843. All offers must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if a vailable).
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA42/DAHA42-03-T-0006/listing.html)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN00426821-F 20030906/030904214322 (fbodaily.com)
 
Source
FedBizOpps.gov 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.