Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2007 FBO #2112
SOLICITATION NOTICE

29 -- Brand Name - CAT Engine Parts

Notice Date
9/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3ZT897208A002
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3ZT897208A002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18 and Defense DCN 200700802. This acquisition will be brand name only IAW FAR 6.302-1(c) (see below for brand name letter); the North American Industry Classification System (NAICS) code is 335312. The business size standard is 1,000 employees. The Federal Supply Class (FSC) is 2990. The Standard Industrial Classification (SIC) is 3621. This brand name request for quotation consists of the following: Power Pack Assembly Kits for Caterpillar 3512 Generators; MFR: Caterpillar. Item 0001: Power Pack Assembly Kit: 24 Kits; Caterpillar Part Number: OR3841. These kits will be used in Caterpillar diesel generators, model number 3512, serial numbers 24Z00780 and 24Z00781. The delivery location is Travis AFB, California. Ensure you include the delivery time for project completion. Upon award the contractor will be required to coordinate delivery with the customer. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.209-6 Protecting the Government?s Interest. FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: technical capability and price only. FAR 52.212-3 Alt I Offeror Representations and Certifications. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.204-7 Central Contractor Registration. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies. FAR 52.232-33 Payment by EFT ? CCR. FAR 52.233-3 Protest After Award. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 Deviation Contract Terms and Conditions. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Countries as Subcontractors. DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. FAR 52.222-21 Prohibition of segregated facilities. FAR 52.222-26 Equal opportunity. FAR 52.222-36 Affirmative action for workers with disabilities. AFFARS 5352.201-9101 Ombudsman (10 Aug 05). Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes may be transmitted by e-mail or to FAX number (707) 424-2712. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later that 3:00 p.m. PST on 14 September 2007. The point of contact for this solicitation is Joseph Hoh, A1C, Contract Specialist, (707) 424-7773, joseph.hoh@travis.af.mil. Alternate POC is Sean Warner, MSgt, Contracting Officer, (707) 424-7761, sean.warner-02@travis.af.mil. BRAND NAME SOURCE JUSTIFICATION September 6, 2007 1. Requiring Activity: AFCESA/CEMIRT OL-A Gary Campbell, Powered Support Systems Supervisor 2. Contracting Agency: 60th Contracting Squadron, Travis AFB CA 3. Purchase Request #: F3ZT897208A002 4. Description of requirement: Purchase Caterpillar diesel parts for a 3512 Caterpillar engine with an arrangement number of 24Z00780 5. Statutory Authority permitting other than full and open competition: Section 4202 of the Clinger-Cohen Act of 1996, as implemented by: FAR 13.106-1(b)(1). Only one responsible source and no other supplies or services will satisfy the agency requirement. This can be full and open competition for providing the identified parts listed in the contract. 6. Justification or Authority for action: a. These items will be utilized for an emergency power plant upgrade project at Andersen AFB, Guam. These items directly replace existing Caterpillar parts of the same part numbers that interface with an arrangement number of 24Z00780 specific to the manufacturer Caterpillar. b. CEMIRT is not aware of any competitive brands that may be substituted to meet this requirement and will question the validity of their specifications. c. If these specific parts are not ordered the engine can not be properly overhauled and could result in engine damage or destroy the engine totally. 7. Market Survey/Other facts: A market survey was not performed as Caterpillar is the only manufacturer of the proper equipment to interface with the existing components without totally replacing the entire system, making it cost prohibitive for the Government. 8. Sole Source Company: Any authorized Caterpillar distributor. 9. Steps to improve competition: As long as repairs are being made to Caterpillar equipment only the OEM parts will continue to be ordered. 10. Certification: I hereby certify that the above information is complete and accurate. Gary K. Campbell, DAF Power Systems Foreman Western CEMIRT Region APPROVED IAW 13.106(b) Sean W Warner CONTRACTING OFFICER DATE: 06 Sept 2007
 
Place of Performance
Address: Travis AFB, CA
Zip Code: 94535
Country: UNITED STATES
 
Record
SN01397166-W 20070908/070906221435 (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.