Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2009 FBO #2849
MODIFICATION

23 -- This mod is to re-advertise the synopsis/solicitation with a new due date and description and specifications.

Notice Date
9/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-T-0147
 
Response Due
9/22/2009
 
Archive Date
11/21/2009
 
Point of Contact
jo.a.scott, 913-783-4366
 
E-Mail Address
US Army Engineer District, Kansas City
(jo.a.scott@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W912DQ-09-T-0147. 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. The U.S. Army Corps of Engineers, Kansas City District, Hillsdale Lake Project Office, intends to issue a contract to furnish and deliver a 2009 or newer 1/2-ton Extended Cab Pick-up truck to Hillsdale Lake Project, Hillsdale, Kansas. Specifications follow, below: VEHICLE SPECIFICATIONS: 2009 or newer 4X4 1/2-Ton Extended Cab Pick-up as described below, including delivery to the Hillsdale Lake Project Office, Hillsdale, Kansas, prior to 15 November 2009. Power Engine: Gasoline 5.3L -5.7L, Transmission: 4-6 speed automatic with overdrive and tow/haul mode Limited Slip with 3.4-3.73 Axle Ratio Options -Approx. 6 ft. Bed -Total seating for 5-6 people -Cloth Seats -Cruise Control -Power Locks -Power Windows -Tilt Steering Wheel -AM/FM/CD stereo with clock -A/C and Heater -Standard Wheels -Spare Tire and Wheel -Mechanical Jack for Spare Tire -Exterior White Mono Tone Paint -Spare Tire Carrier underneath Bed -Trailer Toe Package with Transmission Cooler -6,000 lb. rated rear receiver hitch/class with safety chain eyelets -Skid Plate for Engine Any contract resulting will be firm-fixed price, with NAICS code 336112, size standard 1,000 employees, and being 100% set aside for small business. Prior to contract award, the successful bidder must be registered in the Central Contractor Registration (CCR) online database, and must also complete the Online Representations and Certifications (ORCA). Websites to accomplish these registrations are: www.ccr.gov and www.bpn.gov. Free assistance with CCR and ORCA registrations is available by contacting the Heartland Procurement Technical Assistance Center (PTAC) at 417-625-3001 or 417-625-3029 or visiting their website at: www.aptac-us.org. TO QUOTE: At a minimum, responsible sources shall provide the following: - A price proposal - Bidders name, address, and telephone number - Federal tax ID # - Duns # Responses to this solicitation are due by 4:00 pm CST on Tuesday, 22 September 2009 at the Clinton Lake Project Office, 872 N. 1402 Road, Lawrence, KS 66049. Submit your quote to the attention of Mr. David Rhoades. Quotes must be submitted in person, via delivery service, or via U.S. Mail. Faxed or emailed quotes will NOT be considered. QUESTIONS: Please direct any technical questions about specifications or delivery to David Rhoades at 785-843-7665 or david.l.rhoades@usace.army.mil Please direct any contractual or bidding procedure questions to David Rhoades at 785-843-7665 or david.l.rhoades@usace.army.mil CONTRACT CLAUSES: FAR CLAUSES: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: -- 52.202-1, Definitions -- 52.203-2, Certificate of Independent Price Determination -- 52.203-3, Gratuities -- 52.203-6, Restrictions on Subcontractor Sales to the Government -- 52.203-7, Anti-Kickback Procedures -- 52.204-6, Data Universal Numbering System (DUNS) Number -- 52.204-7, Central Contractor Registration -- 52.204-8, Annual Representations and Certifications -- 52.207-4, Economic Purchase QuantitySupplies -- 52.211-5, Material Requirements -- 52.211-9, Desired and Required Time of Delivery -- 52.212-1, Instructions to Offerors -- 52.212-3, Offeror Representations and Certification -- 52.212-4, Contract Terms and ConditionsCommercial Items -- 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items -- 52.213-3, Notice to Supplier -- 52.214-4, False Statements in Bids -- 52.214-5, Submission of Bids -- 52.214-26, Audit and RecordsSealed Bidding -- 52.215-2 Alt I, Audit and RecordsNegotiation -- 52.216-24, Limitation of Government Liability -- 52.219-1, Small Business Program Representations -- 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns -- 52.219-6, Notice of Total Small Business Set-Aside -- 52.219-8, Utilization of Small Business Concerns -- 52.222-3, Convict Labor -- 52.222-21, Prohibition of Segregated Facilities -- 52.222-26, Equal Opportunity -- 52.222-35, Equal Opportunity for Veterans -- 52.222-36, Affirmative Action for Workers with Disabilities -- 52.222-37, Employment Reports on Veterans -- 52.223-6, Drug-Free Workplace -- 52.223-13, Certification of Toxic Chemical Release Reporting -- 52.223-14, Toxic Chemical Release Reporting -- 52.225-1, Buy American ActSupplies -- 52.225-2, Buy American Act Certificate -- 52.225-13, Restrictions on Certain Foreign Purchases -- 52.225-18, Place of Manufacture -- 52.232-18, Availability of Funds -- 52.232-33, Payment by EFT, CCR Registration -- 52.233-2, Service of Protest -- 52.233-3, Protest after Award -- 52.237-2, Protection of Government Buildings, Equipment and Vegetation -- 52.243-1, ChangesFixed-Price -- 52.244-6, Subcontracts for Commercial Items -- 52.247-34, F.o.b. Destination -- 52.249-8, Default (Fixed-Price Supply and Service) -- 52.252-1, Solicitation Provisions Incorporated by Reference -- 52.252-2, Clauses Incorporated by Reference DFARS CLAUSES: The following Defense FAR Supplement (DFARS) provisions & clauses apply to this solicitation & are incorporated by reference: 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-T-0147/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City Clinton Project Office, 872 N 1402 Road Lawrence KS
Zip Code: 66049
 
Record
SN01949819-W 20090912/090911001506-d400f1a21724d5301bc3d4ec19f3c49b (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.