Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2014 FBO #4429
SOLICITATION NOTICE

23 -- Equipment Trailers

Notice Date
1/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-14-Q-1004
 
Response Due
1/22/2014
 
Archive Date
3/8/2014
 
Point of Contact
Eric A. Dietz, 410-942-8231
 
E-Mail Address
USPFO for Maryland
(eric.a.dietz.mil@mail.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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation, W912K6-14-Q-1004, is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72. This procurement is a total small business set-aside. The NAICS code is 423830, Industrial Machinery and Equipment Merchant Wholesalers and the small business size standard is 100 Employees. The Maryland Army National Guard (MDARNG) has a requirement for the following items: 000135-ton detachable gooseneck lowboy trailer, black. Requested features include 8'6 quote mark x 22' deck; straight deck rear trunnion; spring suspension; 6 tie down D-rings; ladder ramps; 50 quote mark gooseneck height, 82 quote mark swing clearance; 4 quote mark Relief Gooseneck ; 16HP self contained hydraulic system with electric start; Wheel Covers; Flasher Kit. Quantity: 1 each. 000210-ton tag trailer, black. Requested features include 8'6 quote mark x 19' deck; 34 quote mark Deck Height; 6' Beaver Tail with Traction Wheel Paths; Air Brakes; 34 quote mark Pintle Height; LED lights; 7-Pin round electrical plug. Quantity: 1 each. Include all associated freight/delivery charges to point of destination, Havre de Grace, Maryland, 21078. The offeror must certify their product meets these requirements. The MDARNG intends to award a quote mark single quote mark firm fixed price contract. Partial quotations will not be considered. FAR provision at 52.212-1, Instructions to Offerors-Commercial Item, applies to this acquisition. Award will be made on the basis of lowest-price technically acceptable. Provision for Evaluation: Award will be made to the responsible contractor (See FAR Part 9) whose quote represents the lowest overall price while meeting the technical requirements. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award in no particular order: Lowest Priced, Technically Acceptable. The Government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The following clauses are provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and 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 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.204-99, System for Award Management Registration (AUG 2012); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; 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; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-36, Affirmative Actions for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-50, Combating Trafficking Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.227-1, Authorization and Consent; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes Fixed Price (Alt 1); FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representations Relating to Compensation for Former DOD Officials; 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal &Year 2013 Appropriations; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial items applies to the Request for Quotation and offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/). The full text of these clauses and provisions may be assessed electronically at the website http://farsite.hill.af.mil. Prospective contractors must be registered in the System for Award Management (SAM) prior to award of a government contract. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; and DFARS 252.247-7023, Transportation of Supplies by Sea - Alternate III. All quotations must be received no later than 5:00 P.M., Eastern Daylight Time, 22 January 2014, with an anticipated award date on/around 03 February 2014. Offerors must submit, with their quotation adequate product specifications and illustrations describing how their product meets the government specifications as described above. All questions pertaining to this RFQ must be submitted in writing (by email) no later than 13 January 2014. Point of Contact: WO1 Eric A. Dietz, Contract Specialist, email at eric.a.dietz.mil@mail.mil Contracting Office Address: USP&FO For Maryland, Purchasing & Contracting Division, 301 Old Bay Lane, State Military Reservation, Havre de Grace, Maryland 21078-4094.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-14-Q-1004/listing.html)
 
Place of Performance
Address: USPFO for Maryland State Military Reservation, 301 Old Bay Lane Havre de Grace MD
Zip Code: 21078-4094
 
Record
SN03262941-W 20140109/140108000347-70f54fffa05fdadc90a663859bb12942 (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.