SOLICITATION NOTICE
J -- Preventative Maintenance and Emergency Repairs of GMRX-50 Single Phase ID/OD Recouperator Resistance - Package #1
- Notice Date
- 11/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Warren (ACC-WRN)(ANAD), 7 FRANKFORD AVE, Anniston, Alabama, 36201-4199, United States
- ZIP Code
- 36201-4199
- Solicitation Number
- W911KF-12-R-0044
- Point of Contact
- Vincent Bernard Jones, Phone: 2562356446, Morey Gaddy, Phone: 256-741-5227
- E-Mail Address
-
vincent.b.jones.civ@mail.mil, troy.m.gaddy2.civ@mail.mil
(vincent.b.jones.civ@mail.mil, troy.m.gaddy2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation CLIN 0001-CLIN 0001-Provide all diagnostic equipment, tools, supplies & labor to perform four (4) each PM checks per year for GMRX-50 Single Phase ID/OD Recouperator Resistance Sciaky Seam Welders. Services to be performed IAW attached SOW. CLIN 0002-Emergency Repairs for GMRX-50 Single Phase ID/OD Recouperator Resistance Sciaky Seam Welders serial numbers: H6536, H6537, E8748, K0714, K1140, and11482. Provide technical telephone support services at no cost. Furnish all tools equipment, parts, labor and transportion to perform high priority emergency repairs. IAW attached SOW. CLIN 0003-Manpower Reporting; The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs)operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4)Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9)Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this report period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each requirement data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. CLIN 0004-Provide all diagnostic equipment, tools, supplies & labor to perform four (4) each PM checks per year for GMRX-50 Single Phase ID/OD Recouperator Resistance Sciaky Seam Welders. Services to be performed IAW attached SOW. CLIN 0005-Emergency Repairs for GMRX-50 Single Phase ID/OD Recouperator Resistance Sciaky Seam Welders serial numbers: H6536, H6537, E8748, K0714, K1140, and11482. Provide technical telephone support services at no cost. Furnish all tools equipment, parts, labor and transportion to perform high priority emergency repairs. IAW attached SOW. CLIN 0006-Manpower Reporting; The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs)operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4)Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9)Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this report period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each requirement data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. CLIN 0007-Provide all diagnostic equipment, tools, supplies & labor to perform four (4) each PM checks per year for GMRX-50 Single Phase ID/OD Recouperator Resistance Sciaky Seam Welders. Services to be performed IAW attached SOW. CLIN 0008-Emergency Repairs for GMRX-50 Single Phase ID/OD Recouperator Resistance Sciaky Seam Welders serial numbers: H6536, H6537, E8748, K0714, K1140, and11482. Provide technical telephone support services at no cost. Furnish all tools equipment, parts, labor and transportion to perform high priority emergency repairs. IAW attached SOW. CLIN 0009-Manpower Reporting; The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs)operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4)Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9)Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this report period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each requirement data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c05cb63910b55a8640c5fb1b835c1a11)
- Place of Performance
- Address: ANNISTON, Alabama, 36201, United States
- Zip Code: 36201
- Zip Code: 36201
- Record
- SN02927004-W 20121109/121107235923-c05cb63910b55a8640c5fb1b835c1a11 (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 |