Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2013 FBO #4270
SOLICITATION NOTICE

J -- Electric Motor Removal/Repair/Reinstallation - Wage Determination

Notice Date
8/1/2013
 
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 Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C3473212A001
 
Archive Date
9/2/2013
 
Point of Contact
Daniel T. Sindorf, Phone: 671-366-7110
 
E-Mail Address
daniel.sindorf@us.af.mil
(daniel.sindorf@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number F1C3473212A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69, effective August 1, 2013. The North American Industrial Classification System (NAICS) code is 811310 and the size standard is $7.0M. This competition is restricted to small businesses. The Government has a requirement for the removal, repair, and reinstallation of a 450 HP, 460 volt, three phase, 60 hertz Weg electric motor located inside an Ingersoll-Rand M300-25-LV air compressor. This motor weighs 3,379 pounds; removal and reinstallation will require specialized techniques/experience and the succesful offeror will have to fabricate special rigging equipment specific to this task due to space constraints. Rigging equipment will become the property of the US Government after contract completion. The motor shall be repaired consistent with standard industry practice, including but not necessarily limited to: Disassembly, cleaning, rewinding, bearing replacement, reinsulation/baking/varnishing of the motor stator, reassembly, painting, and testing. Work shall be completed NLT thirty days after contract award. Offerors must complete a site visit in order to be considered for contract award. This visit must be completed NLT 3:00 PM local time Thursday, 8 Aug13. Contact the contract specialist, Mr. Daniel Sindorf, at 366-7110 or daniel.sindorf@us.af.mil to arrange for a site visit. The motor is located on Andersen AFB, Guam. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Submit the price quote information via email to Daniel Sindorf at daniel.sindorf@us.af.mil. Responses to this RFQ must be received via e-mail not later than 11:59PM Eastern Time on Sunday, 18 Aug 2013. All firms must be registered in the System for Award Management (SAM) at www.sam.gov in order to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposals submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. Award will be made to the offeror whose quote represents the lowest price technically acceptable offer. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered on the SAM and have their online reps and certs available there. The following provisions and clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following checked provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debared, Suspended, or Proposed for Debarment; FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards, FAR 52.209-10, Prohibition onContracting wWith Inverted Domestic Corporations; FAR 52.219-6, Notice of Total Small Business Set Aside; FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies, 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 52.222-42, Service Contract Act of 1965; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration, FAR 52.247-64 Alt 1, Preference for Privately Owned U.S.-Flag Commercial Vessels. DFARS 252.203-7000, Requirements Relating to Compensation of former DoD Officials, DFARS 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.232-7003, electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.232-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items and commercial Components (DoD Contracts); DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. 252.232-7006 Wide Area WorkFlow Payment Instructions. All quotes and any requests for more information must be sent to Daniel Sindorf at daniel.sindorf@us.af.mil, 671-366-7110.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C3473212A001/listing.html)
 
Place of Performance
Address: Andersen AFB, Guam
 
Record
SN03134053-W 20130803/130801235332-521ed9e700d75024d1b46adda44cd020 (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.