Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOLICITATION NOTICE

J -- Repair and Paint VTARNG Contact Trucks (7ea)

Notice Date
6/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN06T0007
 
Response Due
6/20/2006
 
Archive Date
8/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial items provided in accordance with the format in Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. (see note before for RFQ) Solicitation W912LN06T0007 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-03 . This procurement is a total small business set-aside. (See 19.502-2) The NAICS code and small business size standard for this procurement are 811121 and 6 million dollars respectively. The vendor must state in their quotation their business size for th is procurement. USPFO for Vermont, VT-PFO-PC has a Firm Fixed Price requirement for body work and painting of 7 light trucks currently owned by the Vermont Army National Guard. The work requirements are specified in the RFQ which is available via email r equest to bernhardt.smyle@us.army.mil (802) 338-3189 or gordon.lesperance@us.army.mil. (802) 338-3229. Contractor shall provide all materials and labor necessary to deliver these vehicles in accordance with the RFQ. The following clauses and provisions ca n be viewed through Internet access at the AF FAR site, http://farsite.hill.af.mil. The following FAR provisions and clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52-212-1, Instructions to Offerors-Commercial. Offe rors must include with their offer a completed copy of provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. On-line registration is available at http://orca.bpn.gov; FAR 52.212-4, Contract Terms and Conditions-Commercia l Items; FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Autho rities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative A ction for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965; FAR 52.225-3, Buy American Act-Free Trade Agreement-I sraeli Trade Act; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer, Other Than Central Contractor Registration ; FAR 52.232-36, Payment by Third Party; FAR 52.245-4, Government-Furnished Property; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001,Buy American Act and Balance of Payment Program; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. Offers must be sent in writing/FAX to the Contracting Officer above not later than 11:00 a.m. on 20 June 2006. Award will be made on or about 30 June 2006. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving and contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. The government will award a contract resulting from this solicitation to a responsible vendor whose quote conforms to this solicitation and is considered most advantageous to the Government. Tech nical acceptability will be determined by information submitted by the vendor providing a description in sufficient detail to show that the product quoted meets the Governments minimum requirement. If any of the items being quoted are under GSA schedule, provide the schedule number and ordering information. All responsible sources may submit an offer which, if received in a timely manner, will be considered.
 
Place of Performance
Address: USPFO for Vermont Camp Johnson, Building 3, Colchester VT
Zip Code: 05446-3004
Country: US
 
Record
SN01061620-W 20060604/060602221053 (fbodaily.com)
 
Source
FedBizOpps 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.