SOLICITATION NOTICE
54 -- TRACK STYLE SELF-DUMPING HOPPER (BRAND NAME OR EQUAL)
- Notice Date
- 7/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332313
— Plate Work Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Regional Contracting Office Far East, M67400 MARINE CORPS REGIONAL CONTRACTING OFFICE FAR EAST PSC 557 BOX 2000 FPO, AP 96379-2000
- ZIP Code
- 96379-2000
- Solicitation Number
- M6740009T0283
- Response Due
- 8/3/2009
- Archive Date
- 8/18/2009
- Point of Contact
- IZUMI KINJO DSN:645-8538/098-970-8538
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-09-T-0283 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34 and Defense Acquisition Circular 91-13. The NAICS code is 332313. The agency need is for: CLIN 0001: Quantity: 30, Unit of Issue: Each, DESCRIPTION: - Track Style Self-Dumping Hopper (Brand Name or Equal) - Mfr: Consolidated Fabricators Corp. 7 GA. Heavy duty construction. Heavy duty base with 7 GA. fork channels and skids. 10 GA. Track assembly with "V" rib guides. Full inseam weld. Safety chain and hooks. The dump release handle shall release in a downward motion and have a return spring installed. The container shall have safety/retaining chains to eliminate accidental release. Interior and exterior coated with rust inhibitive alkyd primer. Exterior (including bottom) painted with seattle green. Expected delivery date to the end-user, Bldg 363, Camp Foster, Chtan-cho, Okinawa, Japan is 3 SEP 2009. All offers shall be in English language. Stateside delivery and local delivery is acceptable.Delivery point from local offers is to Bldg 363, Camp Foster. Delivery point from offers within CONUS is to Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, 25600 Chrisman Road, Tracy, CA 95376. The Government intends to make a single award to the responsible offeror whose offer is the most advantageous to the Government considering price, quality, and delivery terms. The following Provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certification Commercial Items (Nov 2006), FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2007), FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003), FAR 52.247-34 F.O.B. Destination (Nov 1991), FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000), DFAR 252.211-7003 Item Identification and Valuation (Jun 2005), DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008). DFAR 252.233-7001 Choice of Law (Overseas) (Jun 1997). Responsible offeror must be active in the Central Contractor Registration in accordance with DFAR 252.204-7004 (Sep 2007). DUNS, TIN, and CAGE Code must be written on submitted quote. Payment shall be made electronically by DFAS Yokota Japan. All clauses referenced can be viewed at the following link: http://farsite.hill.af.mil The following information must be provided with this quotation: Commercial and government entity code (Cage). Taxpayer identification number (Tin). Data universal numbering system (Duns). Estimated Delivery Date: GSA contract number if applicable Remit to Address Offers can be faxed to 011816117450959 or e-mailed to izumi.kinjo.ja@usmc.mil. Offers must be received no later than 3 Aug 2009, 5:00 PM Eastern Standard Time(EST). Questions can be addressed by email to Izumi Kinjo no later than 29 July, 5:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M6740009T0283/listing.html)
- Record
- SN01889155-W 20090729/090728000445-5b03debb8b6f4a6050b539bda101042a (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 |