SOLICITATION NOTICE
38 -- Street Sweeper
- Notice Date
- 8/30/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423810
— Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W67VJX-1236-0001
- Response Due
- 9/12/2011
- Archive Date
- 11/11/2011
- Point of Contact
- Sherri Shepherd, 801-432-4093
- E-Mail Address
-
USPFO for Utah
(sherri.shepherd@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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 will be a 100% Small Business Set Aside acquisition under North American Industry Classification System Code 423810, with a small business size standard of 100 employees. SPECIFICATIONS: The Utah National Guard has a requirement for 1 each street sweeper to be delivered to Camp W.G. Williams, Riverton, Utah 84065. See attached for specifications. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://farsite.hill.af.mil. DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (c) FAR 52.209-6 Protecting the Government's Int4erest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; (d) FAR 52.219-28 Post-Award Small Business Program Representation; (e) FAR 52.222-3 Convict Labor; (f) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (g) FAR 52.222-21 Prohibition of Segregated Facilities; (h) FAR 52.222-26 Equal Opportunity; (i) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (j) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (k) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration; 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 252.211-7003 Item Unique Identification and Valuation; 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 and Receiving Reports; (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 firm fixed price and award will be made on the basis of lowest price technically acceptable. INSTRUCTIONS: Offers shall include a detailed quote to include descriptive literature for item offered NLT 12 September 2011 to. Offers may be sent via e-mail to Sherri Shepherd at sherri.shepherd@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.bpn.gov/ccr. Wide Area Workflow (WAWF) must be used when invoicing. If successful, instructions for registration will be sent out with purchase order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67VJX-1236-0001/listing.html)
- Place of Performance
- Address: Camp W. G. Williams 17800 South Camp Williams Road Riverton UT
- Zip Code: 84065
- Zip Code: 84065
- Record
- SN02556520-W 20110901/110831001036-e063c174b2084a1c1a25c9ab2b93b285 (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 |