Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2003 FBO #0739
SOLICITATION NOTICE

38 -- Mobile Concrete Silo

Notice Date
12/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
 
ZIP Code
59402-6863
 
Solicitation Number
FE462632170035
 
Response Due
12/15/2003
 
Archive Date
12/30/2003
 
Point of Contact
Deborah Lacy, Secretary, Phone 406-731-4016, Fax 406-731-3748, - Carolyn Wood, Systems & Technology Team Chief, Phone 406-731-4019, Fax 406-731-3748,
 
E-Mail Address
deborah.lacy@malmstrom.af.mil, carolyn.wood@malmstrom.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICIATION VEHICLE TOPPERS 1 This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 2 This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted) on RFQ reference number FB462632170035. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. 4. This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 421810 with a small business size standard of 500 employees. 5. This combined synopsis and solicitation is for the following commercial items: CLIN 0001- Mobile Concrete Silo Requirements: Mobile Concrete Silo (1,000 cu. ft) 8? diameter. Cemen Tech Model CT250-P or equal. Must include internal auger system with 14? discharge height and discharge rate of approx. 10 cu. ft per minute, Pneumatic material strainer or filter, Clam gate material control. Portable package option to make 8? diameter silo towable. Includes electric brakes w/control, tail lights, spare tire & rim, trailer tongue with hitch. Tow height 13?6?, width 8?0?. Discharge auger is not removed for travel. Includes spread leg base and internal auger as described above. View windows, one high one low for viewing level of material in silo. Tie down kit for bolting silo down. 21 HP diesel internal auger system motor includes battery, fuel tank, and control panel. Single axle trailer gear, gear box, PNU tube. Must come fully assembled. 6. Delivery requested within 90 days ADC. FOB destination Base Supply, 5 80th ST N, Malmstrom AFB, MT 59402-7557. 7. The following provisions and clause apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. 8. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. 9. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, the offeror must include a completed copy of this provision with their offer. http://farsite.hill.af.mil/ 10. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. 11. 52.204-7 Central Contractor Registration (OCT 2003) The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITI0NS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (June 2003) (DEVIATION) 52.219-8, Utilization of Small Business Concerns (Oct 2000) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631) DFARS 252.212-7001(a) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUSITIONS OF COMMERCIAL ITEMS (OCT 2003) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.204-7004, Alternate A (NOV 2003) DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (APR 2003) (_X__ Alternate I) (APR 2003)(10 U.S.C. 2534 and Section 8099 of Public Law 104-61 and similar sections in subsequent DoD appropriations acts). DFARS 252.225-7036, Buy American Act?North American Free Trade Agreement Implementation Act?Balance of Payment Program (APR 2003) (_X__ Alternate I) (APR 2003) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). 12. All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a multiple award or an all or none basis. 13. Quotes are required to be received no later than 14:00 MST, Monday, 15 Dec 2003. All quotes and offeror representations and certifications must be faxed to (406) 731-3748 to the attention of Deborah A. Lacy. 14. Direct your questions as well to Deborah A. Lacy at (406) 731-3744 or email address Deborah.lacy@malmstrom.af.mil.
 
Place of Performance
Address: Malmstrom AFB, MT
Zip Code: 59404
Country: USA
 
Record
SN00481006-W 20031206/031204212150 (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.