Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2003 FBO #0560
SOLICITATION NOTICE

J -- Overhaul Aerial Platform Assy on Government Owned Teco Bucket Truck

Notice Date
6/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Key West Detachment, Supply Department P.O. Box 9030, Naval Air Station Key West, FL, 33040
 
ZIP Code
33040
 
Solicitation Number
N68836-03-T-0197
 
Response Due
7/2/2003
 
Archive Date
7/17/2003
 
Point of Contact
Kim Clemons, Purchasing Agent, Phone 302 293-2381, Fax 305 293-2247, - Cherry Gibson, Supervisory Purchasing Agent, Phone 305 293-2212, Fax 305 293-2247,
 
E-Mail Address
CLEMONSKI@NASKW.NAVY.MIL, GIBSONCH@NASKW.NAVY.MIL
 
Small Business Set-Aside
Total Small Business
 
Description
N68836-03-T-0197 Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Key West Detachment, Purchasing Services, P.O. Box 9030, Building A626-2, Naval Air Station, Key West, Florida 33040. Description This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-03-T-0197 applies and is issued as a Request for Quotation. This procurement is set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 811310 and the Size Standard is $6,000,000.00. Fleet Contracting Center, Key West, Florida requires services to overhaul an Aerial Platform assembly on a TECO Bucket truck, Model #V5-50I-4TFE2, Series 1994, Serial #55859312. Acquisition cost $68,824.00. Vendor will furnish material and labor. Statement of Work 0001. Vendor shall Pick vehicle up from and deliver vehicle back to customer’s location, Public Works Transportation Department, Building A438, Boca Chica Naval Air Station, Key West, Florida, 33040. Vendor will perform load test on truck and record amount of play in rotation bearing PRIOR to repair. Vendor will perform dielectric test on booms PRIOR to repairs and record reading. The following are requirements expected of the Vendor: Remove tower from chassis and mount on stand for repairs. Remove, inspect, and reseal lift cylinder assembly. Remove and replace lower lift cylinder pins and bushing. Remove and replace main hinge pin and bushings. Remove, inspect, and reseal upper boom lift cylinder assembly. Remove and replace upper boom lift cylinder pins and bushing. Remove, inspect and reseal cradle valve assembly. Remove, inspect and reseal collector block assembly. Remove, inspect and reseal lower control valve assembly. Install new linkages, pins, and keepers on lower control valve handles. Remove, and replace elbow pins and bushing. Remove, inspect and reseal bucket leveling valve assembly. Remove and replace boom tip pins and bushing. Remove and replace tool hoses inside boom assemblies. Remove and replace ¼ turn emergency override valve. Remove and replace control lines inside boom assemblies. Remove and replace elbow cover assembly. Remove and replace captive air switch for control system. Purge hydraulic system and add new AW32 hydraulic oil. Remove and replace return filter element. Remove, inspect and reseal outriggers cylinder. Remove and replace outrigger cylinders pins and bushing. Remove and replace all hydraulic hoses below rotation. Remove and replace hydraulic pump assembly. Remove, inspect, and reseal power take off assembly. Remove and replace power take off cable switch assembly. Remove and replace outrigger switches and wiring. Remove and replace wiring for boom circuit. Remove, inspect, and reseal rotation gearbox assembly. Remove and replace all hydraulic hoses above rotation. Remove and replace control valve for material handler winch assembly. Remove, inspect and reseal material winch gearbox assembly. Install new winch rope assembly on boom tip for material handler. Repair and refinish upper and lower boom fiberglass areas with dielectric safe paint. Remove, repair and refinish bucket assembly. Install new bucket liner in fiberglass bucket. Paint all metal areas of boom to match cab. Perform a complete operational and load test on unit. Perform a dielectric test on boom. Install new safety and operations decals and placards on boom. Install new bucket cover on fiberglass bucket. The following provisions and clauses apply: Provision 52.252-1, Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. Provision 52.212-1, Instructions to Offers—Commercial; Provision 52.212-2, Evaluation – Commercial Items; Provision 52.212-3, Offeror representations and certifications – Commercial items. Provision 52.219-1, Small Business Program Representations. Provision 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. Clause 52.204-6, Data Universal Numbering System (DUNS) Number; Clause 52.212-4, Addendum FAR 52.212-4: Paragraph (o) Warranty – Add: “additionally, the Government will accept the contractor’s commercial warranty.” Contract Terms and Conditions – Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Items (to include: 52.222-21 Prohibition of Segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351); 351eame ). Clause 52.232-33, Mandatory information for electronic funds transfer payment; Clause 52.219-6, Total Small business set aside; Clause 52.245-4, Government Furnished Property; And the following DFARs clauses apply to this acquisition: 252.204-7004 – Central Contractor Registration; Registration in the Central Contractor Registration (CCR) Database is a requirement for award, go to www.ccr.gov to register. 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001, Buy American Act and Balance of Payment Program). The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g., on Company letterhead, formal quote form, etc.) but must include the following information: 1) Company’s complete mailing and remittance addresses; 2) Discounts for prompt payment, if applicable; 3)Cage Code; 4) Dun & Bradstreet number; 5) Taxpayer ID number. Offerors shall include a completed copy of the Provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government, considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, Price and length required to complete the overhaul ARO. Quotations must be received no later than 4:00 PM, July 2, 2003. Quotations must be in writing, and may be faxed, or mailed to the following: Attention Kim Clemons, Fleet Contracting Center, FISC JAX Key West DET, P.O. Box 9030, Naval Air Station, Key West, Florida, 33040. Fax – 305-293-2247. Phone – 305-293-2381. Email: clemonski@naskw.navy.mil or gibsonch@naskw.navy.mil for any questions. See Note 1. *****
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N68836/N68836-03-T-0197/listing.html)
 
Place of Performance
Country: USA
 
Record
SN00344285-F 20030612/030611071233 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.