Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
SOLICITATION NOTICE

35 -- Programmable Pattern Sewing Machine

Notice Date
8/29/2012
 
Notice Type
Presolicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
BLM FA-NTL INTRAGCY FIRE CTR(FA250)3833 S. DEVELOPMENT AVE.BOISEID83705US
 
ZIP Code
00000
 
Solicitation Number
L12PS01334
 
Response Due
9/4/2012
 
Archive Date
10/4/2012
 
Point of Contact
Patricia M. Phelps
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial item in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation number L12PS01334. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-41. The NAICS code is 423830. The business size standard is 500 employees. The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) has a requirement for Programmable Pattern Sewing Machine. Requirements include: Sewing Area, (X) 4 in. x (Y) 4 in.; Heavy Material, Able to sew multiple layers of Type VII Mil-Spec webbing; Number of programmable patterns, 84/480 needed; Power, 110 Volt; Presser foot; Ability to sew and program Box-X, 3-Point, and 4-Point Stitch patterns; Able to sew Box-X patterns ranging from in. x in. to 4 in. x 2- in. with clamps; Able to sew 3-point stitch patterns ranging from 1 in. x in. to 4 in. x 2- in. with clamps; Able to sew 4-point stitch patterns ranging from 1 in. x in. to 4 in. x 2- in. with clamps; Single Needle Length; Needle Size, 135 x 17 size 18 (Standard); New Machine, Not Used or Refurbished; Adjustable Sewing Speed; Programmed patterns on deliver with Internal/External Storage USB; Mitsubishi PLK 1010 machine or equal. All items shall be delivered FOB Destination to the National Interagency Fire Center, Bureau of Land Management, 3833 South Development Avenue, Boise, ID 83705, within 30 days of award. 'FOB Destination' means that all costs for transportation or freight from the shipping point shall be paid by the Contractor and included in the unit price quoted for each item. Upon delivery, the items shall be visually inspected by the Government for compliance with the contract specifications. No items shall be accepted that do not comply with the specifications. Final acceptance shall be the responsibility of the Contracting Officer (CO). The following provisions and clauses apply to this procurement: FAR 52.204-07 CENTRAL CONTRACTOR REGISTRATION; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.219-28; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.223-18; FAR 52.225-1; FAR 52.225-13; FAR 52.232-33); DOI ELECTRONIC INVOICING applies; FAR 52.211-6 Brand Name or Equal; FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-02 EVALUATION-COMMERCIAL ITEMS Past Performance shall equal Price. PAST PERFORMANCE: Offeror shall provide company/organization names, name of contact person and telephone number for three (3) contracts/orders within the last year supplying identical or similar products. Past performance can be based on the Contracting Officer's knowledge, contractor provided references, and other reasonable sources. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the quote. NOTE: FAR 52-212-03, paragraph f, provide country of origin for product offered. Tax Delinquency and Felony Certification will be required before contract is awarded. Quotes shall be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number, the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Quotes must be received by September 4, 2012, 12:00pm MDT at the Bureau of Land Management, National Interagency Fire Center, 3833 South Development Avenue, Boise, ID 83705-5354, by FAX at 208-387-5574, or electronic submission via www.fedconnect.net. All responsible offerors may submit a quotation that, if timely received, shall be considered for award. Award will be made without discussion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L12PS01334/listing.html)
 
Record
SN02861234-W 20120831/120830001048-98cc6aaf2324e73eb905f361734bbf89 (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.