Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1999 PSA#2364

DA & 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