Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2003 FBO #0649
SOLICITATION NOTICE

36 -- WORK PLATFORM WITH BOOM ARM

Notice Date
9/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403Q0364
 
Response Due
9/15/2003
 
Archive Date
10/15/2003
 
Point of Contact
PATTY COX 812-854-3229
 
E-Mail Address
Email your questions to To email Point of Contact
(cox_p@crane.navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 N00164-03-Q-0364 is hereby issued as a request for quotation (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 as well as DCN 20030821. The North American Industry Classification System (NAICS) Code for this procurement is 333924 and the size standard is 750 employees. This requirement is for the following: CLIN 0001 ? Work Platform with Boom Arm, in accordance with salient characteristics contained herein. These salient characteristics are met by JLG Model 600AJ. The salient characteristics for the work platform with articulating arm boom are as follows: ? Platform controls ? Articulating jib-providing +60 to ?60 degrees of motion relative to the main boom. ? Four wheel drive ? Oscillating axle ? 110 volt receptacle in the platform ? 5 degree tilt alarm or indicator ? Hour meter ? Horn ? Minimum 500 lb. platform capacity ? Reach specifications 1. Platform height ? at least 60 feet 2. Horizontal outreach ? at least 38 feet 3. Up and over Height ? at least 25 feet 4. Swing 360 degree continuous 5. Platform rotation 180 degrees 6. Jib range of articulation 120 degrees ? Platform size 36?x96? ? Dual fuel engine (one must be propane and the other gasoline or diesel) Delivery is required F.O.B. NSWC Crane, IN 47522 within 7 days after award. Final inspection will be at destination. Selection for award will be based on past performance and price. Quot es that are non-compliant with any material or performance requirement of this solicitation may be rejected without further consideration for award. This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Clauses/provisions: 52.211-6; 52.211-14(**DO/DX); 52.211-15; 52.212-1; 52.212-3 Alt l [FILL-IN] [NOTE: Paragraph (b) does not apply. This provision MUST be filled out completely and submitted with the offer] 52.212-4; 52-212-5; (incorporating 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13 DEVIATION 52.225-13 DEVIATION; 52.232-33; 52.232-36) 52.219-6; 252.204-7004; 252.212-7001(incorporating 252.247-7023 ALT III). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number and Tax Identification Number (TINs). Addendum to Blocks 18a and 18b: GOVERNMENT BANKCARD PAYMENT INSTRUCTIONS-Payment under this order is to be made by a third party as indicated by FAR 52.232-36, located elsewhere herein. Upon shipment of supplies or completion of services, the contractor shall contact the Government Bankcard holder (see DD FORM 1449, blk 9) and request the government cardholders account number and expiration date. The contractor shall then request authority for payment from the third party in accordance with FAR 52.232-36(b). Documentation of each charge against the government account shall be provided to the bankcard holder (see DD 1449, blk 9). The contractor shall not reveal the purchase card number on any shipping/packing documents. The following is hereby ad ded by addendum to 52.212-4: ADDITIONAL MARKING INSTRUCTIONS-In addition to any other marking instructions in this order, it is essential that all packages be accompanied by packing slips (preferably a DD 250) and all packing slips be located on the outside of the box or container. All packages and shipping papers shall be marked with the order number to permit effective receipt processing and timely payment. The foregoing requirements must be passed on to any organization entity originating a shipment as a deliverable under this order. Caution: Any packages received which are not marked in accordance with the above requirements, may be refused and returned to the contractor at the contractor's expense. BUSINESS HOURS-Crane Division, Naval Surface Warfare Center, Crane, Indiana, allows flexible working hours for its employees. The normal eighthour shift may be wo rked between the hours of 6:30 AM and 5:30 PM EST. Many of our employees work 6:30 AM to 3:00 PM as a regular practice. The core time, when all employees are scheduled to work, is 9:00 AM to 3:00 PM. TAX EXEMPTION?Section 39(a) and Section 6 of the Indiana gross income tax act of 1933, specifically exempts Crane Division, Naval Surface Warfare Center, Crane, Indiana, as a government activity from any payment of sales and use tax. EXEMPTION NUMBER 0018103400015 assigned. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet @ www.ccr.gov. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit an offer, which will be considered by the agency. Offers may be faxed to FAX 812-854-3465 or e-mailed to cox_p@crane.navy.mil. All required information must be received on or before 2:00 p.m. Eastern Standard Time. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
 
Web Link
NSWC Crane's web address
(http://www.crane.navy.mil/supply/synop/03Q0364.htm)
 
Record
SN00427601-W 20030907/030905220824 (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.