SOLICITATION NOTICE
J -- REPLACE EXISTING ENGINE AND TRANSMISSION IN A 1991 INTERNATIONAL 4900 6X6 DRILL RIG TENDER TRUCK
- Notice Date
- 3/2/2004
- Notice Type
- Solicitation Notice
- NAICS
- 811198
—
- Contracting Office
- Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
- ZIP Code
- 59402-6863
- Solicitation Number
- F7REHS40500400
- Response Due
- 3/15/2004
- Point of Contact
- Deborah Lacy, Contract Specialist, Phone 406-731-4007, Fax 406-731-4005, - Kathleen Shelton, contract specialist, Phone 406-731-3775, Fax 406-731-4005,
- E-Mail Address
-
deborah.lacy@malmstrom.af.mil, kathleen.shelton@malmstrom.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION: REPLACE EXISTING ENGINE AND TRANSMISSION IN A 1991 INTERNATIONAL 4900 6x6 DRILL RIG TENDER TRUCK (I) 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F7REHS40500400 (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19. (IV) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 811198 with a small business size standard $6,000,000.00 per year. (V) This combined synopsis/solicitation is for the following commercial item: CLIN 0001- Supply and Install the following parts, New International DT-466 Diesel Engine; Eaton/Fuller 9-speed Transmission; Air-to-Air After Cooler. This work must include rerouting exhaust system for new engine to reduce heat build-up in the engine compartment. Some radiator and cooling lines must be rerouted for the installation of the new air-to-air cooler. All new components must meet the original design parameter for power, torque, and safety that were engineered into the truck chassis. The work must be performed by an International Authorized Repair Center. There must be a warranty on installation for 1 year, and the company must be an authorized service provider for the manufacturer’s warrantees that will accompany the new engine and transmission. All repairs will be coordinated through the 819th RED HORSE Vehicle Maintenance Section. (VI) Vehicle will be delivered/picked up from offerors place of business. Please include in the quote mileage from place of business to Malmstrom AFB, MT. Completion of work requested within 30 days after receipt of purchase order and delivery of vehicle. (VII) Quotes will be evaluated on price related factors, mileage cost of delivering vehicle to/from offerors place of business, and ability to meet specifications of this synopsis/solicitation. (VIII) The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. (IX) The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications. Commercial Items. A copy of this provision is located at http://farsite.hill.af.mil/ (X) The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items, applies to this solicitation. (XI) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Execute Orders—Commercial Items (June 2003) (DEVIATION), applies to this acquisition which includes: FAR 52.219-8, Utilization of Small Business Concerns (Oct 2000); FAR 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001) (38 U.S.C 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793); FAR 52.222-41, Service Contract Act of 1965, as Amended (May 1989); FAR 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appendix 1241 and 10 U.S.C. 2631). (XII) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2003) The contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. The clause at DFARS 252.225-7001, Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.225-7036, Buy American Act--North American Free Trade Agreement Implementation Act, Balance of Payment Program (Apr 2003) (_X_) Alternate 1)(Apr 2003) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note) (XIII) The Local Clause at Malm G-101 applies. Vendor Notification of Wide Area Workflow, Receiving and Acceptance, In the near future all vendors will be required to submit electronic invoices through the Wide Area Workflow – Receiving and Acceptance web site. This requirement is currently under review for inclusion in the DFARS. You can self register at https://wawf.eb.mil and obtain computer based training at https://wawftraining.eb.mil. Contact Deborah A. Lacy (406) 731-4007 or Lt Kathleen Shelton (406) 731-3775 at your servicing contracting office for additional information. (XIV) The clause DFARS 252.204-7004, Alternate A (Nov 2003) apply to this acquisition. The clause FAR 52.204-7 Central Contractor Registration (Oct 2003) apply. (XV) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a multiple award or an all or none basis. (XVI) Quotes are required to be received no later than 2:00 p.m. Mountain Standard Time, Monday, 15 March 2004. All quotes, Offerors Representations and Certifications must be faxed, hand carried, or mailed to the attention of Deborah Lacy. The fax number is 406) 731-4005. The mailing address is 341st Contracting Squadron/LGCP, Building 145, 7015 Goddard Drive, Malmstrom Air Force Base, Montana 59402. (XVII) Direct your questions to Deborah Lacy at (406) 731-4007 or email address deborah.lacy@malmstrom.af.mil or Lt Kathleen Shelton at (406) 731-3775 kathleen.Shelton@malmstrom.af.mil
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/341CONS/F7REHS40500400/listing.html)
- Place of Performance
- Address: Malmstrom AFB, MT
- Zip Code: 59402
- Country: USA
- Zip Code: 59402
- Record
- SN00535363-F 20040304/040302225715 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |