Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2009 FBO #2859
SOLICITATION NOTICE

38 -- F.O.D. SWEEPER

Notice Date
9/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
114FW/MSC, South Dakota ANG, 1201 West Algonquin Street, Sioux Falls, SD 57104-0264
 
ZIP Code
57104-0264
 
Solicitation Number
F9A2MA9263A001
 
Response Due
9/23/2009
 
Archive Date
11/22/2009
 
Point of Contact
Kurtis Lunstra, 605-988-5933
 
E-Mail Address
114FW/MSC
(kurtis.lunstra@sdsiou.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Solicitation number is F9A2MA9263A001. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32 and DFARs Change Notice (DCN) 2009-01-15. NAICS is 333319 and the size standard is 500 employees; This acquisition is a 100% small business set aside. The South Dakota Air National Guard, Sioux Falls, SD is seeking to purchase the following as a brand name or equal purchase. Brand name: F.O.D. Control Corporation; ITEM 1: BOSS-8 'or equal' - FOD Boss Sweeper Assembly - Quantity: 2 - Package which includes sweeper assembly, debris retention mesh, safety release towing assembly, TA-7 hitch adapter used with standard 2inch receiver tow hitch, carry/storage bag, owners manual, hitch extender. The pintle hook adapter will be specified upon order. ITEM 2: DHB-16 'or equal' - Duplex Hitch Bar - Quantity: 1 - Telescoping tow bar for operating two FOD BOSS sweepers together to cover a 16 feet wide sweeping path. Receiver hitch or pintle hook will be determined upon order. Delivery FOB destination to Sioux Falls, SD 57104. All Offerors are required to submit with their quote enough information for the Government to evaluate that the requirements detailed in this synopsis are met. Equivalent offers must describe in writing how all the requirements met. Offer evaluation will be based on technical and on price related factors. Technical factors are approximately equal in weight to price related factors. The offered items best meeting the Governments requirement will be selected. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. The following provisions and clauses apply: Clause 52.211-6 Brand Name or Equal, Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: Lowest price technically acceptable offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program: The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFFARa.htm. Additional required clauses other than those listed above may be included as Addenda to the award document All questions and quotes must be directed to Kurt Lunstra at: email: kurtis.lunstra@sdsiou.ang.af.mil; or FAX 605-988-5997; South Dakota Air National Guard, 1201 West Algonquin ST, Sioux Falls, SD 57104-0264. Quotes are required to be received by no later than 3:00 PM CST, Wednesday, September 23, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39-1/F9A2MA9263A001/listing.html)
 
Place of Performance
Address: 114FW/MSC South Dakota ANG, 1201 West Algonquin Street Sioux Falls SD
Zip Code: 57104-0264
 
Record
SN01962999-W 20090922/090920233445-25b35ce4711cbe9935e0fd57a22538c9 (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.