Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

J -- RESET Repair Seven (7) Mercury Outboard Motors.

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W81UTA-7214-1000
 
Response Due
8/29/2007
 
Archive Date
10/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: RESET Repair of Seven Mercury Outboard Motors. SOLICITATION NUMBER: W81UTA-7214-1000 QUOTE DUE DATE: 29 August 2007 POC: Linda Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This 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, quot es are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 811310, size standard is $6.5M. REQUIREMENT: RESET Repair of Seven (7) Mercury Outboard Motors. Interested vendors may request the Scope of Work by e-mailing Linda Duvall at Linda.duvall@us.army.mil. A site visit is being held at 1:00 p.m. MST on 20 August 2007 to answer any contractor questions. Please send an e-mail to Linda.duvall@us.army.mil to schedule your attendance and obtain driving directions. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated into the solicitation and the resulting contract: FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-2, EvaluationCommercial Items; FAR 52.212-3 A LT1, Offeror Representations and CertificationsCommercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregation Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity Affirmative Acti on for Workers with Disabilities; FAR 52.222-41, Service Contract Act; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds TransferCentral Con tractor Registration; FAR 52.233-2, Service of Protest After Award; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.219.1, Small Business Program Representation; 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. Full text of a clause may be accessed electronically at this address: http://farsite.hill.af. mil; DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.2 25-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in ord er of importance: (1) past performance, caliber of offerors performance on previous contracts of a similar nature; and (2) total cost/price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 10:00 a.m. MST on 25 April 2007. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to Linda.duvall@us.army.mil; facsimiles will not be accepted. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include a b reakdown of cost(s), a total bottom line price and at least three references (companies who youve provided similar items too) or quote may be considered non-responsive. Questions may be e-mailed to the address above; please no telephone.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01372241-W 20070816/070814221651 (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.