Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

J -- SDMO GENSET REPAIR

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-10-T-0006
 
Response Due
3/22/2010
 
Archive Date
5/21/2010
 
Point of Contact
La Ronda Anderson, 719-554-8448
 
E-Mail Address
U.S. Army Strategic Command
(laronda.anderson@smdc-cs.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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 is issued as Request for Quote (RFQ) Number W91260-10-T-0006 and is being issued on an unrestricted basis. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. Standard Industrial Classification number is 3621. NAICS number is 811310. DESCRIPTION: Non-Personal Services: The Contractor shall provide all labor, tools, materials, equipment and supervision necessary to perform circuitry diagnostic testing on four (4) SDMO 60Hz Generator Sets and John Deere engines, provide a written quote for the actual repair cost per each generator, and provide remanufactured engine for generator unit 3 for U.S. Army SMDC/ARSTRAT 1st Space Battalion, 4th Space Comapany. Desired delivery date: within 7 days after receipt of contract award. Offerors shall structure their proposal to include a price for CLIN 0001 through CLIN 0003. CLIN 0001 - Circuitry Diagnostic/Quote for Repair Costs, QTY: 4 EA NON-PERSONAL SERVICES: The Contractor shall provide all labor, tools, materials, equipment and supervision necessary to perform diagnostic testing on all four generator curcuit borads to identify the mechanical/eletrical malfunctions. Prior to repairing the curcuitry, the Contractor shall provide a written quote for the actual repair per generator to SMDC/ARSTRAT Contracting Office. The quote shall be itemized to include list and cost of parts, labor, warranty and maintenance agreements. Regulatory Compliance If Applicable: The Contractor shall comply with all feredal, State and local regulations pertaining to the required defined work including, but not limited to Environmental Protection Agency (EPA), National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA), and National Electric Code (NEC). The generators must be returned to their original specifications as they were when they were new, such as multi fuel compatibility (JP-8 and commercial diesel fuel), capable of producing 110/208V, 3 phase, 100KW electrical power. CLIN 0002 - Remanufactured Engine for Generator Unit 3, QTY: 1 EA NON-PERSONAL SERVICES: The Contractor shall provide all labor, tools, materials, equipment and supervision necessary to repower the engine in Generator unit 3. CLIN 0003 Freight/Shipping (if offeror is FOB Origin) Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or services not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cut sheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. Desired delivery date for all items is 7 days after receipt of contract award. Offerors must state in their quotes or proposals whether they can met the desired delivery date or not. If the desired delivery date cannot be met by offeror. Then, the offeror must state what the guaranteed delivery time-frame or date will be in their quote or proposal. FOB Destination quotes or proposals are desired. FOB Destination delivery address and acceptance point is U.S. Army SMDC/ARSTRAT, 1st Space Battalion, 4th Space Company, 350 Vandenberg Street, Building 3, Peterson AFB, Colorado 80914-4922. Government workdays are between the hours of 0730 and 1630 (Mountain Time). FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested sources that believe they can provide the required products or services must respond no later than 2:00 PM, Mountain Time, 22 March 2010. Award is anticipated no later than 25 March 2010. Payment of invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Technical Capability - ability to provide the required circuitry diagnostic testing and repair services for the generators/engines stated herein; (2) Delivery Schedule - ability to meet or beat the desired delivery date for all items described in CLINs 0001 - 0002 above; and (3) Total Proposed Price, inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). Offeror's that offer products or services against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1, Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration. Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-W (La Ronda Anderson), 350 Vandenberg Street, Bldg 3, Suite 1240, Peterson AFB, Colorado 80914. All quotes or proposals not sent through the U.S. Mail will be considered hand carried and subject to FAR 15.208. Quotes or proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of quotes or proposals - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring proposals are received no later than 2:00 PM (Mountain Time) on 22 March 2010. The point of contact for all information regarding this acquisition is La Ronda Anderson at (719) 554-8448, fax (719) 554-8442 or at e-mail LaRonda.Anderson@smdc-cs.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-10-T-0006/listing.html)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
 
Record
SN02093097-W 20100318/100316234719-159e5b40c8344212190bfd64d3b238a3 (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.