Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

25 -- Fire Extinguisher Demonstration/Training Trailer

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K3G-9076-0003
 
Response Due
9/8/2009
 
Archive Date
11/7/2009
 
Point of Contact
Shawn Tinsley, 801-432-4637
 
E-Mail Address
USPFO for Utah
(shawn.m.tinsley@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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, quotes 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 423830, size standard is 100 Employees. SPECIFICATIONS: The Utah National Guard is looking to purchase the following equipment: 1.Fire Extinguisher Demonstration/Training Trailer Quantity: 1 - Propane Powered Fire Extinguisher Demonstration Trailer. Each Trailer Includes: Diamond plate Tool box, Propane Tank w/hoses, and High Pressure Regulator. This trailer must be 4ft wide, by 8ft long. Not to exceed 3ft high on the presentation rack and not to exceed 4ft tall in total. Requires a Water Tank (20 Gallon) attached, Diamond Plate Fire Pan Cover, and a Fuse/Flare Holder (For Safe Ignition). APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. The clauses are to remain in full force in any resultant contract: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-2 Evaluation--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-6 Notice of Small Business set aside (b) FAR 52.219-28 Post-Award Small Business Program Representation; (c) FAR 52.222-3 Convict Labor; (d) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; (e) FAR 52.222-21 Prohibition of Segregated Facilities; (f) FAR 52.222-26 Equal Opportunity; (g) FAR 52.222-50 Combating Trafficking in Persons; (h) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (i) FAR 52.232-33 Payment by electronic funds transfer-central contractor registration or FAR 52.232-36 Payment by Third Party; (j) FAR 52.233-3 Protest After Award; (k) FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 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. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (b) DFARS 252.232-7003 Electronic Submission of Payment Requests; (c) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; DFARS 252.232-7010 Levies of Contract Payments. EVALUATION FACTORS: The contract type for this procurement will be 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 order of importance: (1) offerors capability to provide a quality product that meets the governments needs; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; (3) total cost or price. INSTRUCTIONS: Offers shall include (1) a detailed quote that includes delivery to Draper, UT 84020; (2) Provide descriptive literature of item being offered; (3) completed provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items, or a completed registration on the ORCA website at https://orca.bpn.gov; (4) preferred payment method is by Visa Payment Card, please indicate if credit card payment is acceptable. Failure to provide the above listed items with your offer may cause your offer to be considered non-responsive. Offers shall be received NLT 10:00 A.M. on September 8, 2009. Offers may be sent via e-mail to Shawn Tinsley at shawn.m.tinsley@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K3G-9076-0003/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 S Minuteman Dr Draper UT
Zip Code: 84020
 
Record
SN01938551-W 20090904/090903001958-b60f590963eac2cc320b6ab61c1af683 (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.