|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1999 PSA#2364DA & AF, National Guard Bureau, Base Contracting Office, Montana Air
National Guard, 2800 Airport Avenue B, Great Falls, MT 59404-5570 38 -- SELF-PROPELLED ARTICULATING BOOM SOL DAHA2499T0130 DUE 063099
POC Ruth Tresch, SSG, (406)791-6457 or FAX (406)791-6453 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. Solicitation DAHA2499T0130 is
issued as a Request for Quote (RFQ) and incorporates provisions and
clauses in effect through Federal Acquisition Circular 97-11. This
procurement is a total small business set-aside. The SIC code and small
business size standard for this procurement are 3531 and 750
respectively. The quoter must state in their quotation their size for
this procurement. 120FW, Montana Air National Guard, Great Falls,
Montana, has a Firm-Fixed requirement for One (1) Each Self-Propelled,
Articulating Boom, Manufacturer: Genie; Model: Z-34/22. Specifications
include: 40 feet 8 inches working height, 22 feet 4 inches horizontal
reach, 4 foot jib, 147 degree working range, 68 inch width with 30 X 56
inch sled platform, 500 pound platform capacity, 160 degree powered
platform rotation, 48 volt DC power source, self-leveling platform and
hour meter, full proportional controls, AC outlet to platform, drive
enable system, dual wheel spring applied brakes, Auxiliary power unit,
Air line to platform, EE rating, Alarm Package, Low voltage interrupt
with battery charge indicator, platform work light, safety training
upon delivery. If offering an equal, specifications must be submitted
with the quote. FOB Point is 120th FW, Montana Air National Guard,
Great Falls, Montana 59404-5570. The desired delivery date is 45 days
after receipt of award. Contractor shall provide all materials, labor
and transportation necessary to deliver the above-mentioned item. The
following clauses and provisions can be viewed through Internet access
at the AF FAR site, http://farsite.hill.af.mil. The following FAR
provisions and clauses apply to this acquisition: FAR 52.212-1,
Instructions to Offers-Commercial (Aug 98). Offerors must include with
their offer a completed copy of provisions at FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items (Feb 99); DFARS
252.212-7000, Offeror Representation and Certifications-Commercial
Items (Nov 95); FAR 52.212-2 Evaluation- Commercial Items (Jan 99); FAR
52.212-4 Contract Terms and Conditions-Commercial Items (Apr 98); FAR
52.212-5, Contract Terms and Conditions required to Implement Statutes
or Executive Orders-Commercial Items (Jan 99), FAR 52.222-26 Equal
Opportunity (Feb 99); FAR 52.222-35, Affirmative Action for Disabled
Veterans and Veterans of the Vietnam Era (Apr 98); FAR 52.222-36,
Affirmative Action for Workers with Disabilities (Jun 98); FAR
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era (Jan 99); DFARS 252.211-7003, Brand Name or Equal (Dec
91); DFARS 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items (Jan 99); DFARS 252.225-7001 Buy
American Act and Balance of Payment Program (Mar 98). The point of
contact for this solicitation is SSG Ruth Tresch, 406-791-6457. Offers
must be sent in writing/FAX to 120th FW/MTANG, 2800 Airport Ave B,
Great Falls, MT 59404-5570/FAX 406-791-6453 not later than 30 June
1999. The Contracting Officer will be Major Dean McLain. Award will be
made on or about 01 July 1999. Effective 01 June 1998, contractors
must be registered in the Central Contractor Registration (CCR) prior
to receiving a contract award. You can register in the CCR by calling
1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The
Government will award a contract resulting from this solicitation to a
responsible quoter whose quote conforms to this solicitation and is
considered most advantageous to the Government. Factors used for award
will be technical, price, and past performance. Technical
acceptability will be determined by information submitted by the quoter
providing a description in sufficient detail toshow that the product
quoted meets the Government's requirements. If any of the items being
quoted are under GSA schedule, provide the schedule number and ordering
information. All responsible sources may submit an offer, which, if
received in a timely manner will be considered. Posted 06/08/99
(W-SN340585). (0159) Loren Data Corp. http://www.ld.com (SYN# 0229 19990610\38-0001.SOL)
38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page
|
|