SOLICITATION NOTICE
J -- REPAIR OF DIESEL OPERATED DRILL RIG
- Notice Date
- 12/13/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS 3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 3001 SACRAMENTO CA 95819
- ZIP Code
- 20192
- Solicitation Number
- GSWR050032
- Response Due
- 12/30/2004
- Archive Date
- 12/13/2005
- Point of Contact
- JEFF CARAVELLI CONTRACT SPECIALIST 9162789341 jcaravelli@usgs.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION NO: GSWR050032 - REQUEST FOR QUOTATION DATE: 13 December 2004 CLOSING DATE: 30 December 2004 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25, effective 04 November 2004. This is an unrestricted acquisition; it is not set aside for participation by small business concerns. The associated NAICS code is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The U.S. Geological Survey - INEEL Project Office of Idaho Falls, ID requires the repair of a Peterbilt diesel operated drill rig, serial number I-127411 (the rig). All rig functions are driven off the main engine through a multi-transfer power takeoff unit. After failure in the field, the rig was transported to Western States Equipment at 1200 Foote Dr, Idaho Falls, ID 83402 for a full teardown and inspection. As a result of this inspection, the repairs listed in the Statement of Work (see below) were determined required: STATEMENT OF WORK Interested and qualified concerns are invited to submit a quotation for the following: 0001 Remove and replace engine with a factory rebuilt Cummins 400 BC3 engine. Install new disconnect clutch and replace water circulation hoses. A "shop rebuild" is not an acceptable substitute for a factory rebuilt/remanufactured engine. 0002 Repair and/or replace the power takeoff unit (brownie box). There are two options available for this repair; interested concerns are invited to provide quotations for both options separately: 0002AA Replace existing PTO unit with a salvaged but serviceable PTO unit 0002AB Repair internal and external PTO unit components as required to return unit to a safe and operable condition. Note: The PTO unit was originally manufactured by Eaton Industries, but it is no longer in production. Repair parts may not be readily available. The PTO unit has been disassembled for inspection. Prospective contractors must complete the "Estimate Work Sheet" provided by the Government, submitted with a cover letter and the appropriate representations and certifications identified below. Copies of this "Estimate Work Sheet" may be obtained from the contract specialist in electronic format by submitting a request via email to jcaravelli@usgs.gov or over the phone at (916) 278-9341. This equipment is currently located at the following address: Western States Equipment 1200 Foote Drive Idaho Falls, ID 83402 Prospective contractors are invited to inspect this equipment at this facility, with a Government escort, by contacting one of the following for an appointment: Brian V. Twining at (208) 526-2540 or Joseph P. Rousseau at (208) 526-2439. Prospective contractors are encouraged, but not required, to inspect this equipment prior to submitting a quotation. Prospective contractors should be advised, however, that the Government intends to issue any resulting contract or order on a firm-fixed price basis. The Government will bear the cost of transporting this equipment from its current location to the successful contractor's facility, provided that said facility is within 25 miles of the rig's current location, or will reimburse the contractor for transportation charges incurred. The cost of transporting this equipment will be considered when evaluating total quoted price. METHOD OF EVALUATION Prospective contractors are advised that quotations will be evaluated on a "best value" basis. Consideration will be given to total price, technical merit, experience, past performance, warranty terms, and time to estimated completion (total time to repair). These evaluation factors are not necessarily listed in order of importance, but are intended as a general guide for quotation preparation. Quotations are due by close of business, Thursday 30 December 2004, to the contracting office in Sacramento, CA identified above. Quotations received after this time and date will not be considered. Quotations are preferred by electronic means (email and fax), but are accepted by mail. Oral quotations will not be accepted. Prospective contractors are advised that the following provisions are applicable to this solicitation document. Full text of these provisions can be obtained at http://www.arnet.gov/far/ (clauses beginning with the number 52) and http://www.doi.gov/pam/aindex.html (clauses beginning with the number 1452) or by contacting the contract specialist below. Prospective contractors are required to complete the provision at 52.212-3 entitled "Offeror Representations and Certifications - Commercial Items" and enclose it with their quotations. 52.212-1 Instructions to Offerors - Commercial Items (JAN 2004) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2004) 52.222-41 Service Contract Act of 1965, as Amended (May 1989) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) Any contract or order resulting from this solicitation will contain the following clauses: 52.204-7 Central Contractor Registration - (OCT 2003) 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2003) 52.222-41 Service Contract Act of 1965, as Amended (May 1989) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 1452.212-05 Alt. I Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (JAN 2004) 52.000S-5079 Technical Liaison - Technical Direction (OCT 1997) Any contract or order resulting from this solicitation will be subject to the Service Contract Act of 1965. The Department of Labor Wage Determination number 1994-2159 Rev (23) dated 27 May 2004 for the State of Idaho will be incorporated by reference in this contract. The full text of this wage determination may be obtained at http://www.wdol.gov/wdol/scafiles/std/94-2159.txt or by contacting the contract specialist. For the purposes of the clause at 52.222-42, it is anticipated that the following classes of service employees will be utilized in the performance of this requirement, although this listing is not exhaustive: 23430 - Heavy Equipment Mechanic, 23440 - Heavy Equipment Operator. For further information regarding this solicitation, please contact Jeff Caravelli, contract specialist, at (916) 278-9341 or jcaravelli@usgs.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Please click here to view more details.
(http://www.eps.gov/spg/DOI/USGS/USGS/GSWR050032/listing.html)
- Place of Performance
- Address: IDAHO FALLS, ID
- Zip Code: 834020000
- Country: USA
- Zip Code: 834020000
- Record
- SN00720745-F 20041215/041213212046 (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 |