Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2015 FBO #5042
SOLICITATION NOTICE

22 -- FLC Pearl Harbor Fuel Department Digital Conversion of Two Goodman Locomotives

Notice Date
9/11/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336510 — Railroad Rolling Stock Manufacturing
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060415T3165
 
Response Due
9/18/2015
 
Archive Date
10/3/2015
 
Point of Contact
Gavin Tsukamoto 808-473-7942
 
E-Mail Address
gavin.tsukamoto@navy.mil
(gavin.tsukamoto@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-15-T-3165. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Publication Notice 20150826. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 336510 and the Small Business Standard is 1000 employees. The proposed contract is 100% set aside for small business concerns. The proposed contract action is for a brand name or equal product. The brand name and model number are listed below. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products. This request for quotation (RFQ) is to provide and install the necessary supplies to convert train controls on two Goodman Mancha 4 ton 24 Gauge MDL ANX Mining Locomotives to digital graphics display. Please see Attachment I “ Statement of Work (SOW), for details. 1.SAMINCOA800345: Q812 120v 50hp Digital Loco or equal2 each 2.SAMINCOA800291: Op Station or equal2 each 3.SAMINCOA800364: Q800 Series IFB universal or equal2 each 4.SAMINCOA800072: Joystick or equal2 each 5.SAMINCOA800348: Q800 Digital graphic diagnostics2 each Display W/W6004-181 cable or equal 6.SAMINCO W6004-071 Cable 25 con sub-D72 or equal2 each 7.SAMINCO W6004-026: Cable 25 con sub-D or equal2 each 8.SAMINCO W6004-070 Cable con sub-D 336 or equal2 each 9.SAMINCO A800433: LU-300 Light supply or equal2 each 10.SAMINCO A800220: Universal hand held programmer or equal1 each 11.Installation of Equipment1 Job 12.Travel and Per Diem Costs1 Group 13.User Training service 1 Job Batteries and chargers: Batteries and chargers must be compatible with the equipment provided above. 14.Batteries 96 volt 500AH lead acid battery2 each 15.480 Volt AC Input/96 volt DC output battery2 each 16.Destination Shipping to Pearl Harbor, Hawaii1 each Requested Delivery: 30 days ADC Delivery Location: FLC Pearl Harbor, Fuel Department BLDG 1757 Neosho Ave Joint Base Pearl Harbor HI 96860 Salient Characteristics: FLC Pearl Harbor is looking for a solid state (no contactors) digital system that can be used in a mining environment (mine duty components) that incorporates regenerative braking. The system needs to have hour run meters and a digital display to indicate percentage of charge left and when to recharge to prevent battery memory due to short cycling. Procedures in FAR 13.106 are applicable to this procurement. NAVSUP FLC Pearl Harbor intends to award a single firm fixed price purchase order based on the lowest price technically acceptable. Offerors shall include with their quotes the following, as well as any additional information and certifications with reference to the provisions contained herein: 1.Unit price for the required supplies in accordance with the bidding workbook, total price, FOB destination, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. 2.A completed copy of 52.212-3 and it ™s ALT I (Attachment VI). If the offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Web Site, the offeror shall only complete paragraph (b) of this provision. 3.DFARS 252.209-7992 (Attachment VII) Unpaid Delinquent Tax Liability Provision. Failure to return the above listed information may result in your submission not being considered. All quotes must be submitted electronically to Gavin Tsukamoto at e-mail gavin.tsukamoto@navy.mil DEADLINE for Quotes: Quotes are required to be received no later than September 18, 2015, 11:00am Hawaii Standard Time. DEADLINE for Questions: September 15, 2015, 11:00am Hawaii Standard Time. All questions must be submitted via email to gavin.tsukamoto@navy.mil, questions and answers will be disseminated to all. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. The following attachments are included in this RFQ: Attachment I “ SOW Attachment II “ Pictures Attachment III “ RH Locomotive Parts Manual Attachment IV “ 52.212-3 and its Alt I: Reps and Certs Attachment V “ 252.209-7992 Unpaid Delinquent Tax Liability Provision The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management (July 2013) 52.204-13 SAM Maintenance (July 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations ”Representations (Dec 2014) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 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 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 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 Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-51 Exemption from Application of SCA to Contract for Maintenance, Calibration, or Repair of Certain Equipment-Requirements 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-33 Payment by Electronic Funds Transfer “ SAM 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.239-1 Privacy or Security Safeguards 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference (Feb 1998) All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A System for Award Management 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.211-7003 Item Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export- Controlled Items 252.225-7993 (Dev 2014-O0020) (Sep 2014) Prohibition on Contracting with the Enemy 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3165/listing.html)
 
Place of Performance
Address: FLC Pearl Harbor, Fuel Department
Zip Code: BLDG 1757 Neosho Ave
 
Record
SN03881533-W 20150913/150911234924-2810185a1dec4f93a7d9b1a4be3805a7 (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.