Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2005 FBO #1393
SOLICITATION NOTICE

38 -- Purchase and Installation of Snow Removal Equipment for Ft. McCoy, WI

Notice Date
9/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA-05-T-0090
 
Response Due
9/23/2005
 
Archive Date
11/22/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This an nouncement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-05-T-0090 is issued as a Request for Quotation (RFQ) and is due by Sept 23, 2005. The RFQ is small business set-aside NAICS c ode 333120. The Department of the Army, Directorate of Support Services is seeking business concerns to provide and install snow removal equipment on a government owned equipment. All part numbers listed in the solicitation are given as a reference. Cont ractors may quote on items of equal specifications. If quoting on an equal item, literature clearly showing that the product quoted matches the recommended brand must be submitted in order for your quote to be considered. Only quotes that include all ite ms listed on solicitation will be considered. DESCRIPTION: CLIN 0001 Provide and install hydraulic plow system on government owned Sterling Ford truck. Spreader is provided by gov. Truck has 9 SPEED ROAD RANGER TRANSMISSION, MOTOR-CAT. $__________ CLI N 0002 Provide and install hydraulic plow system on government owned Ford truck. Hiniker 8.5 ft. model 2852. Must include plow, plow mounting kit, light adapter kit, 9ft. poly deflector and installation labor. Truck has automatic transmission, and MOTOR -5.4 F-350 4X4 $________ CLIN 0003 Provide and install hydraulic plow system on government owned 1 ton Dodge truck. Blizzard model 810 power plow. Must include plow, plow mounting kit, light adapter kit, and installation labor. Truck has automatic tra nsmission and MOTOR-5.9 4X4 $_______ CLIN 0004 Provide and install hydraulic plow system and salt & sand spreader on government owned 1 ton Ford truck. Must include plow, salt & sander, plow mounting kit, light adapter kit, and installation labor. Hin iker, 9 moldboard length, 12 ga. Steel, 30 height, halogen headlights, quick hitch, 8 vertical ribs, in cab electric/hydraulic controls, Henderson FSP 9 salt & sand spreader, 14 pintle type conveyor chain, 20:1 ratio gearcase, six tooth cast iron spro ckets keyed to a 1-1/8 drive shaft, 14ga sides and ends, 10ga floor, 12 steel spinner, controlled by hydraulics in cab, one year warranty. Truck has auto transmission and MOTOR-V10 4X4 $_______ CLIN 0005 Provide and install quantity-two (2) salti ng systems on two (2) government owned Tool Cat utility carts. Henderson 5 model FSP 304SS. $______ CLIN 0006 Provide and install Roto Grip chains on government owned equipment. Truck has 9 SPEED ROAD RANGER TRANSMISSION, MOTOR-CAT $______ CLIN 000 7 Provide and install Windrow Eliminator on government owned grader. Adjustable 10 blade for both left and right spreading, flips up when not in use $______ CLIN 0008 Provide and install hydraulic plow system, reference Hiniker 9ft snowplow with trip cutting edge and poly moldboard, model 7901, must include plow, plow mounting kit, light adapter kit, 9ft. poly deflector and installation labor on government owned 1 ton, Chevy truck. Truck has auto transmission and MOTOR-6.0 4X4 $______ DELIVERY: Trucks will be delivered by the government within 100 miles of Ft. McCoy to the contractor for installation of equipment. The contractor is responsible for operation checks to ensure successful operation. Installation of equipment must be completed by No vember 5, 2005. The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. FAR clauses/provisions may be accessed at http://farsite.hill.af.mil/ and http://farsite.hill.af .mil/ and http://aca.saalt.army.mil/Library/Acq-Instructions.htm. The following provisions and clauses are applicable: 52.211-6 Brand Name or Equal (Aug 99); 52.212-1, Instructions to Offerors-Commercial Items (Jan 04); 52.212-3 Alt I, Offeror Representat ions and Certifications-Commercial Items. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Req uired To Implement Statutes or Executive Orders-Commercial Items applies with the follow ing applicable clauses in paragraph (b): 52.222-3, Convict Labor, and 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Equal Op portunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Report ts on Special Disabled Veterans, Veterans of the Vietnam Era, and Ot her Eligible Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Pa yment by Electronic Funds Transfer-Central Contractor Registration, DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executiv e Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests; and 252.24 7-7023 Transportation of Supplies by Sea (Alt III); 252.225-7000 Buy American Act-Balance of Payments Program, and 252.225-7002 Qualifying country sources as subcontractors. ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program. In a ccordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commerci al practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; (W911SA-05-T-0090) offerors complete mailing and remittance addresses; unit prices, extended total prices per CLIN, and grand total for all it em s; discount terms, DUNS number and Tax Identification Number. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registr a tion (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. In accordance with FAR 52.212-1(k), prospective awardee sha ll be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to aw ar d to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 333120 under the Goods - Services section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is requ ire d for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. Service must begin within 30 days of receipt of a resultant purchase order. Quotes and applicable literature must be received at ACA, Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1600 hrs 23 September 2005. POC for additional information, Contract Specialist, Laura McMann, 608-388-3818, fax 608-388-5950, email laura.mcmann@emh2.mccoy.army.mil. Please send questions v ia e-mail.
 
Place of Performance
Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN00897917-W 20050919/050917211632 (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.