SOLICITATION NOTICE
23 -- Halvorsen 25K Loader
- Notice Date
- 9/16/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336120
— Heavy Duty Truck Manufacturing
- Contracting Office
- Department of the Army, ACA, US Army Contracting Command Europe, ACA, Wiesbaden Contracting Center, ACA, Wiesbaden Contracting Center, ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
- ZIP Code
- 09096-0741
- Solicitation Number
- W912CM08TH25K
- Response Due
- 9/18/2008
- Archive Date
- 11/17/2008
- Point of Contact
- Joseph Cloft, 011496118162223<br />
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION: W912CM-08-T-H25K, POC: JOE CLOFT, CONTRACT SPECIALIST, PHONE: 011-49-611-816-2223. DESCRIPTION: 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 being requested and a written solicitation will not be issued. This solicitation number is W912CM-08-T-H25K is issued as a request for quote (RFQ) and will result in a Firm Fixed Price contract. Anticipated contract award is to FMC Technologies, 7300 Presidents Drive, Orlando, FL 32809-5620 with delivery no later than 180 days. Statutory Authority: 10 U.S.C. 2304(c)(2) as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The government does not own nor has access to the data associated with this equipment. Award will be made on an all or none basis. Award date is expected to be not later than 30 Sept 08. The NAICS code is 336120 and the small business size standard is 1000. This requirement is for the following items. Contract line items will be as follows: Line Item 0001, Quantity 2 Each, Halvorsen 25K Loader, NSN 3930-01-480-9519CT, FOB: Destination, Stuttgart Army Airfield, Stuttgart, Germany. Packaging for shipment to Stuttgart. 2 Year Commercial Warranty. Line Item 0002, Quantity: 2 Each, Operators and Maintenance Manuals, English Language, Standard Manual Set plus CD. Not separately priced. Line Item 0003, Quantity: 1 Each, Working Stock Kit (WSK) (FMC Part No.624-4206-006). Line Item 0004, Quantity: 2 Each, 50 Hour Service Kit, (FMC Part No. 624-8289-050). Line Item 0005, Quantity: 1 Each, TMSK Spare Parts Kit (FMC Part No. 624-8570-006) (aka deployable kit). Delivery schedule will be no later than 180 days after the effective date of the contract. FOB point is destination. The following FAR clauses apply to this acquisition: 52.232-18, Availability of Funds (Apr 1984). Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.212-1, Instructions to Offerors-Commercial Items (June 2008). 52.212-3, Offeror Representations and CertificationsCommercial Items (June 2008). 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007). 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders-Commercial Items (June 2008). b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). The following DFARS clause and provision applies to this solicitation and is incorporated by reference: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008). 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). 252.211-7003, Item Identification and Valuation (AUG 2008). 252.246-7000, Material Inspection and Receiving Report (MAR 2008). 252.232-7010, Levies on Contract Payments (DEC 2006). 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005). 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006). 252.229-7000 Invoices Exclusive of Taxes or Duties (JUN 1997). Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this solicitation are due by 1000 hrs EST on 18 Sep 08. The proposal shall be signed by an official authorized to bind the company. Offerors shall submit 1 copy of their proposal to Joe Cloft via e-mail to joe.cloft@eur.army.mil. and carl.odom@eur.army.mil Name, email and telephone number to contact for information regarding this solicitation is: Joe Cloft, 011-49-611-816-2223, joe.cloft@eur.army.mil or Carl Odom, 011-49-611-816-2205.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=95e773df15ed42a6494d477fe55ab2e3&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Wiesbaden Contracting Center ATTN: AEUCC-C, CMR 410, Box 741 APO AE<br />
- Zip Code: 09096-0741<br />
- Zip Code: 09096-0741<br />
- Record
- SN01672385-W 20080918/080916222443-95e773df15ed42a6494d477fe55ab2e3 (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 |