SOLICITATION NOTICE
23 -- Fertilizer/Lime Spreader
- Notice Date
- 8/22/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- MICC - Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
- ZIP Code
- 29207-5491
- Solicitation Number
- W9124C-14-T-0069
- Response Due
- 9/2/2014
- Archive Date
- 10/21/2014
- Point of Contact
- Charles E. Taylor, 8037513405
- E-Mail Address
-
MICC - Fort Jackson
(charles.e.taylor46.civ@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 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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W9124C-14-T-0069 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 333111 with a small business size standard of 500 employees. This requirement is a 100% small business set aside. REQUIREMENT DESCRIPTION: This requirement is for the procurement of a Name Brand or Equal to Chandler Model 9-PT-FT Fertilizer/Lime Spreader for the Directorate of Public Works Forestry Department located at Fort Jackson, SC. SPECIFICATION/TECHNICAL EXHIBIT: SEE ATTACHMENT 1 RESPONSIBLE SOURCES SHALL PROVIDE THE FOLLOWING: 1. Price quote which identifies the requested item(s) unit and total price. 2. Point of contact to include: Representative name, phone and fax number, and email address. 3. Prompt Payment Terms. 4. Remittance address, Tax Identification Number, DUNS number and Cage Code number, and information pertaining to length of the base warranty. INSPECTION AND ACCEPTANCE: Destination by Government FOB DESTINATION: Shipping address for this item is Fort Jackson, SC 29207; shipping charges shall be included in the purchase cost of the products. Sellers shall deliver the products on their own conveyance to the location listed on the purchase order. BASIS FOR AWARD: Award will be made to the lowest priced technically acceptable offer that is determined to be most advantageous to the Government. The acceptable quote with the lowest overall price that is technically acceptable will be deemed the most advantageous to the Government. The Government intends to evaluate offers and award a contract without discussions. Offerors are advised to provide their best terms from a price and technical standpoint as there may not be an opportunity to revise their proposals. Technically Acceptable - Offer clearly meets all of the specifications of the product requested. Technically Unacceptable - Offer does not clearly meet all of the specifications of the product requested. OFFER ACCEPTANCE: Quote MUST be valid for 60 calendar days after submission. CLAUSES: SEE ATTACHMENT 2 WAWF - In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at http://wawf.eb.mil. WAWF Customer Support for assistance toll free number is 866-618-5988. Systems for Award Management (SAM). Offerors shall ensure their company is registered in the System for Award Management (SAM) database and has completed their annual representations and certifications through the SAM website. The Government transitioned from the Central Contractor Registration System (CCR) www.ccr.gov, and Online Representations and Certifications Application (ORCA) https://www.acquisition.gov, to the System for Award Management (SAM) https://www.sam.gov. Any reference to CCR or ORCA in this document is to be understood as SAM. New equipment ONLY, NO remanufactured or used products. No quote mark GREY quote mark market items. (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, picture, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. QUESTIONS AND ANSWERS: Deadline for submitting all questions from potential vendors is 3:00 PM EST, 27 August 2014. Questions shall be emailed to SSG Gregory Gunn, Contract Specialist, at gregory.gunn.mil@mail.mil, and courtesy copy (cc) Charles Taylor, Contracting Officer at charles.e.taylor46.civ@mail.mil. Please use reference number W9124C-14-T-0069 on email subject Line of any email(s). No further questions will be accepted or responded to after the aforementioned deadline. DUE DATE FOR RESPONSES TO THIS RFQ: Offers shall be received no later than 12:00 PM Eastern Standard Time, 2 September 2014. Late quotes may not be considered for evaluation. Quotes shall be emailed to SSG Gregory Gunn, Contract Specialist, at gregory.gunn.mil@mail.mil and cc Charles Taylor, Contracting Officer at charles.e.taylor46.civ@mail.mil Please use reference number W9124C-14-T-0069 on your quote and in the Subject Line of any email(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bccf94613947f62b8981f8b5a18e3332)
- Place of Performance
- Address: MICC - Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
- Zip Code: 29207-5491
- Record
- SN03476488-W 20140824/140822234736-bccf94613947f62b8981f8b5a18e3332 (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 |