Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
MODIFICATION

J -- REBUILDING FIRE EXTINGUISHER EQUIPMENT

Notice Date
8/14/2007
 
Notice Type
Modification
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700407R0059
 
Response Due
8/21/2007
 
Archive Date
9/21/2007
 
Point of Contact
Nora Cherry 229-639-8114 Ms. Caretha Brown-Griffin 229-639-8562
 
Description
Description: This is a combined synopsis/solicitation for commercial services to rebuild the FM-200 Part Number# 12496352-3 (NSN: 4210-01-518-5265) and Halon 1301 Part Number #12314494-6 (NSN:4210-01-451-4047) Fire Bottles required in the M992 Ammunition Vehicle prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation is being issued as a Request for Proposal and a firm fixed price contract is contemplated. Responses are requested pursuant to this announcement and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). All responses shall reference Solicitation No. M67004-07-R-0059 (RFP). This solicitation incorporates all of the applicable provisions and clauses in effect through FAC 2005-10, as if stated in full text, as well as the terms and conditions of FAR 52.212-1. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This procurement is a 100% set-aside for small business. The NAICS code is 336992 and small business size standard is 1,000 employees. The Government anticipates for this solicitation to result in award of one requirements contract with task (delivery) orders. An Estimated 180 will be required for CLIN 0001 Fire Extinguisher Cylinder Assembly Halon will be required over the life of the contract, should all options be extended. An estimated 90 will be required for CLIN 0002 for FM-200 Fire Bottle Assy over the life of the contract, should all options be exercised. The anticipated duration of the ordering period is from date of award for thr ee (3) years. Schedule B: ITEM NO. SUPPLIES/SERVICES QTY U/I U/P AMOUNT CLIN 0001 Fire 180 EACH Extinguisher Cylinder Assembly Halon. CLIN 0002 90 EACH FM-200 Fire Bottle Assy. CLIN 0003 Warranty for 12 MONTH Workmanship and material. General Information: The Contractor shall provide for all tasks, supervision, labor, tools, materials, facility, equipment, transportation, supplies, test equipment and management necessary, except as specified in this statement of work to administer and perform all work identified in each individual task (delivery) orders. The contractor may be required to perform work under multiple task orders at different sites simultaneously. Specific Tasks: Rebuild Halon 1301 Part Number: 12314494-6 (National Stock Number: 4210- 01-451-4047) required in the M992 Ammunition Vehicle. Rebuild Fire Bottle Assy required in the M992 Ammunition Vehicle. Vendor is required to provide a 12-month warranty for workmanship and material for fire extinguisher cylinder, halon and fire bottles assy. The service provider must have the capability to recover the HFC-227, and Halon, (which are the extinguishing agents used).Completely disassemble the fire extinguisher cylinders and valves. Clean and reassemble the fire extinguisher cylinder and valves. Fire Bottle Assy will be hydrostatically tested painted and correctly labeled. Valves will be rebuilt and tested prior to installing them on the cylinders. Fire Extinguisher Cylinders will be recharged to the correct specifications, and then tested for leakage. Contractor Furnished: The contractor shall at its own expense, obtain any licenses or permits that are required to perform the duties of this contract, safety training certificates, drivers' licenses for Contractor vehicles, etc. The contractor shall comply with all current local, state, federal laws and regulations and shall comply with any subsequent changes to laws and regulations that may occur during the life of the contract. The contractor shall at its own expense, procure/provide any and all tools, parts, equipment, machinery, supplies, fuel, any items not specifically identifies as being provided by the Government and thereafter maintain the required items to sufficiently to perform the work. Work will be performed at contractor's facility. The Government may visit the Contractor's facility where the services will be performed prior to contract award or before issuing a notice to proceed. Pickup and delivery: Contractor will be responsible for pickup at worksite, Maintenance Center, Bldg 2200, Radford Blvd, Albany Ga. Delivery will be at worksite, MCLB Warehouse, Building 1331, Door 10, Albany Ga. Transportation: Equipment and Materials shall be transported to and from by the Contractor. The Contractor shall provide its own means of transportation. Contractor shall provide a 12-month warranty for workmanship and material. Unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. The Contractor shall accomplish work in the time frames set forth as follows: A 14-calendar day repair cycle time is required. Government Furnished: The services that the Government will provide to the Contractor on-site are limited. The Technical Point of Contact shall be contacted via phone for consultation and/or clarification of performance of work. Technical Point of Contact will be provided in each individual task (delivery) orders. The Government will assist the contractor with acquiring any personnel passes, identification cards, and vehicle permits needed in the performance of this contract. Contract Clauses: The following FAR provisions and clauses are applicable to this procurement: 52.217-9 Option to Extend the Term of the Contract (a: 30-days); 52.217-8, Option to Extend Services(30 days); 52.212-1;52.212-2;52.212-3; and its ALT 1: 52.212-4 Contract Terms and Conditions, Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns; 52.222-3, Convict Labor; (4)52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Rep orts on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restrictions on Certain foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-41, Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43; Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts); 52.217-9 and 52.232-36, Payment by Third Party. Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror Representations and Certifications, Commercial Items, and 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Item. 52.212-1 Addendum-Proposal Submittals: 1) an original and one (1) copy of the proposal to include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. All proposals must be received not later than 2:00 PM Eastern Time, 21 Aug 2007. Facsimile and E-mail proposals will not be accepted. 1) An original and one (1) copy of the proposal to include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov/far. Proposals should be sent to: Strategic Support Contracting Division Attn: Ms. Nora Cherry, Contracting Specialist PO Drawer 43019 814 Radford Blvd (Fed Ex) Marine Corps Logistics Command Albany, Georgia 31704-3019 31704-1128 (Fed Ex) 52.212-2 Addendum-Evaluation Factors: The evaluation factors for award are technical capability to meet the requirements of the RFP, price and past performance, with technical capability and past performance of equal importance, and each individually more important than price. Past Performance factor: The offeror shall submit, as part of its proposal, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or internet) of contact for each contract listed. The offeror should not describe past performance history in the proposal. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offe ror. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous offer to the Government and thus, may be an unsuccessful offer when compared to the responses of other offerors. The offeror should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the offerors past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFP. The G overnment will give greater consideration to the contracts that the Go vernment determines are most relevant to the RFP. THE GOVERNMENT INTENDS TO AWARD A CONTRACT WITHOUT DISCUSSIONS. ****Note: Offerors must be registered with Central Contractor Registration (CCR) database at http://www.ccr.gov/ to be considered for an award**** All information pertaining to this acquisition will be made available electronically through the Navy Electronic Commerce Online web link at http://www.neco.navy.mil/ and http://www.fbo.gov. It is and will continue to be all potential offerors responsibility to monitor the websites for any amendments, updates, responses to questions and answers as the government will not be maintaining a mailing list. Any and all questions in regards to this announcement shall be directed to Ms. Nora Cherry at 229-639-8114 or email at nora.cherry@usmc or Ms. Caretha Brown-Griffin at 229-639-8562 or email at caretha.browngriffin@usmc.mil.
 
Record
SN01372578-W 20070816/070814222405 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.