SOLICITATION NOTICE
23 -- SNOW REMOVAL RENTAL EQUIPMENT
- Notice Date
- 11/13/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- 113 WG/LGC (DCANG), 3252 East Perimeter Road, Room 217, Andrews AFB, MD 20762-5011
- ZIP Code
- 20762-5011
- Solicitation Number
- W912R1-04-T-0002
- Response Due
- 11/24/2003
- Archive Date
- 1/23/2004
- Point of Contact
- Steven Slagle, (240) 857-4956
- E-Mail Address
-
Email your questions to 113 WG/LGC (DCANG)
(steven.slagle@dcandr.ang.af.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; proposals are be ing requested and a written solicitation will not be issued. Solicitation# W912R1-04-T-0002 is issued as a request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 200 1-17. This solicitation is set aside for all responsible small business sources. It is advertised with a North American Industry Classification Code (NAICS) 532490 and business size of $6.0M in annual receipts. The government intents to award a firm fixed price contract under Simplified Acquisition Procedures (SAP). CLIN 0001 Rental of one articulated wheelloader with a bucket size of 2.5 to 2.9 cubic yards. Use of the end item is for snow removal operations. The rental period is from 26 Nov 03 through 3 0 April 04. Delivery shall take place no later than (5) calendar days following contract award. The delivery point is Bldg. 3213, Andrews AFB, MD 20762. For the duration of the rental period, the contractor shall provide a (24) hour on call repair serv ice with a minimum (2) hour response time to Andrews AFB, MD. Repair or replacement the vehicle or components will be at no expense to the government except where misuse or abuse has occurred. All quotes shall include appropriate specifications on the of fered equipment. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR provision 52.212-3 Offerors Representations and Certifications - Commercial Items and ALT I shall be completed be completed and submitted with the quote; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation); FAR 52.212-5 Contract T erms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following applicable clauses in paragraph (b) FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opport unity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Oth er Eligible Veterans; FAR 52-222-19 Child Labor; Cooperation with Authorities and Remedies; FAR 52.225-3 and ALT I Buy American Act; North American Free Trade Agreement; Israeli Trade Act; Balance of Payments Program, FAR 52.225-13 Restriction on Certain F oreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52-247-64 Preference for Privately Owned U.S. Flag Commercial Vessels; FAR 52.219-9 Total Small Business Set Aside; FAR 52.247-34 F.O.B. Destination; FAR 52 .252-1 Solicitation Provisions Incorporated by Reference. (This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text); FAR 52.252-2 Clauses Incorporated by Reference (This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text); FAR 52.252-5 Authorized Deviations in Provis ions; FAR 52.252-6 Authorized Deviations in Clauses; FAR 52.253-1 Computer Generated Forms; DFARS 252.204-7003 Control of Government Personnel Work Product; DFAR 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and C onditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. * Note: The full text of a clause/provision may be accessed electronically at this address: http://farsite.hill.af.mil. Upon receipt and evaluation of all offerors, award will be made to the offeror, which is most advantageous to the government. All potential offerors responding to this solicitatio n may submit their quote/offeror in accordance with their standard commercial practices but must include the following information: print out of their current CCR Registration, discounts for prompt payment, if applicable, delivery date, FOB point, warranty information, and vendors full address including email addresses. Quotes are due no later than the 24th of November 2003, 3:00 P.M. Eastern Standard Time. They may also be emailed to steven.slagle@dcandr.ang.af.mil (Preferred Method) or faxed to (301) 735- 4057. Oral quotes will not be accepted. Any questions pertaining to this solicitation may be addressed to TSgt Steven M. Slagle at my email address listed above.
- Place of Performance
- Address: 113 WG/LGC (DCANG) 3252 East Perimeter Road, Room 217, Andrews AFB MD
- Zip Code: 20762-5011
- Country: US
- Zip Code: 20762-5011
- Record
- SN00469070-W 20031115/031113212558 (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 |