SOLICITATION NOTICE
J -- Repair of two Southwest K-Loaders
- Notice Date
- 9/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024412R0094
- Response Due
- 9/14/2012
- Archive Date
- 9/29/2012
- Point of Contact
- Nancy Landeros 805-982-2189
- E-Mail Address
-
POC email
(nancy.landeros@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 N00244-12-R-0094. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/ solicitation SHALL be posted on both FEDBIZOPPS (http://www.fbo.gov ) and NECO (http://ww.neco.navy.mil/). This solicitation is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20120829. NAICS code 811310 applies and the size standard is $7 million. This is a 100% small business set-aside. NAVSUP Fleet Logistics Center San Diego (NAVSUPFLCSD) intends to award a firm fixed price contract for the following services: CLIN 0001 Southwest K-Loader, Model # A/S32H-5, Serial # 14-19722, located at Point Mugu, CA. Perform overhaul repair and replace in accordance with Performance Work Statement. CLIN 0002 Southwest K-Loader, Model # A/S32H-5, Serial # 14-19725, located at San Nicholas Island (SNI), CA. Perform overhaul repair and replace in accordance with Performance Work Statement. PERFORMANCE WORK STATEMENT (PWS) FOR K-Loader Overhaul 1.0 General: 1.1 Introduction: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform overhaul service for two Southwest K-Loaders, model number A/S32H05 as defined in this PWS. The contractor shall perform to the standards in this contract. 1.2 Background: Commander Navy Region Southwest (CNRSW), Air Operations, Point Mugu, CA has two Southwest K-loaders in need of overhaul with new hydraulic systems, rebuild hydraulic rams and overhaul pumps, replace window mechanisms, brakes, and other items as listed below. One K-loader is located at CNRSW, Point Mugu, CA and the other is located on San Nicholas Island (SNI), CA. 1.3 Period of Performance (PoP): Overhauls to be completed within six months after contract award. 2.0 General Information: 2.1 Place and Performance of Services: Overhaul to be performed on-site at CNRSW Point Mugu and SNI, CA. Transportation to SNI will be provided. The Government will provide transportation to SNI. 2.2 Identification of Contractor Employees: All contactor personnel shall wear identifiable clothing and display their temporary badge while on Government property. 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the facilities, equipment, materials, and/or services listed below: 3.1 Equipment: The K-loaders are located on-site Government facilities. Contractor shall work on equipment on-site at the Government facility. 4.0 Contractor Furnished Property, Materials, Equipment (CFP/M/E): 4.1 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1. 5.0 General Requirements: The contractor shall perform the following repairs and replacements: 5.1 CLIN 0001 - K-Loader at Point Mugu Repair brake acuators Repair and replace four batteries Repair and replace window mechanism Repair and replace #3 axel brakes, complete Replace hydraulic lines 5.2 CLIN 0002 K-Loader at SNI Repair turn signals and wiring Replace/ repair headlights and all other lights Replace windshield wiper Replace windshield wiper switch Replace rear view mirror Replace door stop Replace horn Replace cab fan Replace all hydraulic hose / line and fitting Repair / replace fuel tank and gauges Repair all non- functioning dash gauges Replace hydraulic emergency power unit and control Replace / free-up all damage deck rollers Replace driver s seat assemble Pre-treat / sandblast / powder coat and paint structure from element Repair / replace ladder assemble Replace both holding valve on main lift cylinder Replace fire extinguisher Replace rear brakes camber assemble Replace engine Replace hydraulic pump Replace exhaust system 5.3 Repair work to be completed in accordance with manufacturer s technical manuals and drawings. Inspection and acceptance will be performed at the government destination by a government representative. The following provisions and clauses apply: 52.202-1, Definitions; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, Central Contractor Registration; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-7 Information Regarding Responsibility Matters; 52.211-6 Brand Name or Equal; 52.212-1, Instructions to Offerors Commercial Items; 52.52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor; 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 Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7003, Agency Office of the Inspector General; 252.225-7012, Preference for Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Offerors are required to complete and include a copy of the following provision with their quotation: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items Alt I. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation s minimum criteria for technical acceptability, with acceptable past performance at the lowest price. 52.252-2 Clauses Incorporated By Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/comp/far/ and DFAR Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ All proposals shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor s CAGE code and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to the below listed Government point of contact. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Minimum Criteria for Technical Acceptability: Offerors shall submit a capability statement describing how they intend to perform the requirements in the PWS. Offeror shall demonstrate current the company has all necessary equipment and supplies to perform the repairs required in the PWS. Past performance evaluation shall be performed by reviewing information provided in accordance with FAR 52.212-1(b)(10). Offerors are instructed to provide up to three references for work previously performed that is similar in nature to this requirement. In the case of an offeror without a record of relevant past performance, or for whom information on past performance is not available, the government will not evaluate the offeror favorably or unfavorably on past performance. Such offerors will receive a neutral rating for past performance. Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). All Contractors doing business with the Federal Government must be registered the U.S. Contractor Registration System SAMS at https://www.uscontractorregistration.com. Contractor is responsible for ensuring contractor Registration and Online Representations and Certifications Applications (ORCA) are current. Lack of registration in the SAMS database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. To be considered, proposals must be received by 3:00 PM PST on 14 September 2012. Proposals can be sent to the Contract Specialist, Nancy Landeros via email nancy.landeros@navy.mil. Facsimile quotes will not be accepted. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), a point of contact, name and phone number, contractor s CAGE code and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government point of contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024412R0094/listing.html)
- Record
- SN02867672-W 20120907/120906000207-2e8851410f368d021fe42b1bb542c41e (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 |