|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 17,1999 PSA#2498Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110
Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315 38 -- PROVIDE AND INSTALL CONCRETE DRUM MIXER SOL F05611-99-T1791 DUE
010400 POC Dana Kurtz, Contracting Specialist, Phone (719) 333-4986,
Fax (719) 333-4404, Email dana.kurtz@usafa.af.mil -- Ronald Hixson,
Contracting Officer, Phone (719) 333-2571, Fax (719) 333-4404, Email
WEB: Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F05611-99-T17
91&LocID=479. E-MAIL: Dana Kurtz, dana.kurtz@usafa.af.mil. This is a
combined synopsis/solicitation for purchase of commercial items
prepared in accordance with the format in FAR Subpart 12.6 and FAR13,
as supplemented with additional information included in this notice. T.
L. Smith 4 CY drum concrete mixer or equal to include mounting on a
vehicle situated at the U. S. Air Force Academy, plumbing of
hydraulics, and supplying a stand-alone system with custom hold downs.
Solicitation number F05611-99-T1791 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)
97-14. The proposed solicitation shall be a set aside 100 per cent for
small business in accordance with small business-small purchase
set-aside. The Standard Industrial Classification Number is 3531 and
the Business Size Standard is 750 employees. REQUESTERS MUST STATE
THEIR BUSINESS SIZE ON EACH REQUEST. This equipment will be used by the
base_s Civil Engineering Office. Quantity: 1 each. Unit Price:
$______________________, and Total Amount:
$________________________________. Delivery Date:
_______________________. The Government intends to issue a purchase
order for purchase of this system to the responsible offeror whose
offer conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. All quoters will be
required to provide catalogs, descriptive literature, and any other
documentation to assist technical personnel during their evaluation.
TECHNICAL REQUIREMENTS: Truck mounted concrete drum mixer, 4 cubic yard
size, to include installation and plumbing of cubic yard hydraulics on
a vehicle situated at the U.S. Air Force Academy, Colorado. Additional
requirements: 1/4 inch spun steel drum head, 3/16 inch drum shell with
AR blades, all seams fully welded inside and outside, 1 bolt-on access
hatch, alloy steel drum rollers with hardened surface (500+ BHN),
triple planetary drive with 138:1 reduction, Eaton 46 series or equal
drive motor, chargehopper with weld-in liner, 16 inch wide non-skid
ladder with handrail, electric/hydraulic chute lift with rear control,
2-48 inch chute extensions (16 feet total chute length), primed and
painted white, transmission mounted PTO with air shift, Muncie V series
or equal variable displacement piston pump, manually operated drum
reversing valve, quick couplers and hoses, 100 gallon water tank with
pump and clean-up hose, and remote throttle control. System mounted on
stands-alone system with custom hold downs. ADDITIONAL REQUIREMENTS:
Must include mounting of mixer on a vehicle situated at the U.S. Air
Force Academy and plumbing of hydraulics and supply of a stands-alone
system with custom hold downs. Delivery of items shall be accomplished
between 7:30 a.m. and 3:30 p.m. local time, Monday through Friday. No
deliveries to be made on Saturdays, Sundays, or federal holidays.
Quoters must comply with all instructions contained in FAR 52.212-1,
Instructions to Offerors-Commercial. The following additional FAR
provisions and clauses apply: 52.212-2, Evaluation-Commercial Item.
Evaluation factors in descending order of importance are as follows:
(1) Technical Factor which consists of (a) Technical Requirements: Has
the quoter provided adequate information, within their documentation,
reflecting that their system meets the technical requirements of the
Government? (b) Technological Advances: Has the quoter submitted a
system with features that exceed the minimum requirements stated in the
item description which would be more advantageous to the Government?
(2) Price and other price related factors. NOTE 1: Technical capability
is more important than price. Quoters who fail to meet the technical
requirements as set forth may be considered nonresponsive to the RFQ.
NOTE 2: The above items will be graded using the following criteria:
(a) Does not meet the standard (-), (b) Meets the standard (0), (c)
Exceeds the standard (+). The quoter who has the best combination of
(+) and (0) signs on the evaluation criteria scoring and is considered
to be most advantageous, including price, to the Government will be
considered the apparent awardee. FAR 52.212-3, Offeror Representations
and Certifications-Commercial Items, a completed copy of this
provision MUST be submitted with the quote. 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, to include
clauses (b)(12)(13)(14)(15)(22). DFARS 252.212-7000 Buy American
Act-Balance of Payments Program Certificate; 252.225-7001, Buy Amercian
Act and Balance of Payments Program (Mar, 1998); and 252.204-7004,
Required Central Contractor Registration. All pricing shall be FOB
destination. Offers are due by close of business 4 January 2000; quotes
must be valid for 30 calendar days after close of solicitation.
Facsimile or e-mail quotes are acceptable; however, a hard copy must
follow by mail. All attachments used to make-up this RFQ will be
incorporated at time of award. Address any questions to Dana Kurtz,
Contracting Specialist at (719) 333-4986 or TSgt Ronald R. Hixson at
(719) 333-4969 or e-mail to dana.kurtz@usafa.af.mil. or Posted 12/15/99
(D-SN408833). (0349) Loren Data Corp. http://www.ld.com (SYN# 0178 19991217\38-0001.SOL)
38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page
|
|