Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SOLICITATION NOTICE

J -- Rework Top Shell Units

Notice Date
6/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
TACOM - Sierra Army Depot, Building 74, Herlong, CA 96113-5009
 
ZIP Code
96113-5009
 
Solicitation Number
W912GY-04-A-0004
 
Response Due
6/30/2004
 
Archive Date
8/29/2004
 
Point of Contact
Tracy Marino, 530-827-4831
 
E-Mail Address
Email your questions to TACOM - Sierra Army Depot
(tracy.marino@sierra.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Reference number W912GY-04-A-0004 must be referenced in your response. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-24 , Effective 18 Jun 2004 & Class Deviation 2004-o0001 and Defense Federal Acquisition Regulation Supplement DCN 20040608 Edition. The Government intends to establish 1 Blanket Purchase Agreement (BPA) for this service which will be effective for the period of on or about 1 July 2004 through 30 June 2007. This synopsis/solicitation is for small business set-aside. The North American Industry Classification System code for this synopsis/solicitation is 811310 and the associated small business size standard i s $6.0M. Sierra Army Depot has a requirement for rework of the Top Shell Unit on a 3K Reverse Osmosis Water Purification Unit (ROWPU), The NSNs of the ROWPU are 4610-01-371-1790 or 4610-01-219-8707 (NOTE: These NSNs are provided for reference only and are not for the Top Shell Unit but the entire ROWPU). The contractor shall provide all personnel, supplies, services, equipment, tools, facilities, supervision and transportation necessary to complete rework. Rework shall consist of lengthening the top shel l unit by approximately 6 inches to 12.25 inches plus/minus .13 to accept new filters. This may include but not be limited to welding, sand blasting, installing new lining and specialty painting. (A copy of a drawing is available by sending an e-mail to the address listed at the end of this notice in the Original Point of Contact Section.) Quality Assurance inspections will be performed at Sierra Army Depot, however the government reserves the right to make a site inspection at the contractor facility. I tem Name: Top Shell. The specifications are as follows: Body Material - .135 Stk, UNS S31603; Overall Length ?????? 11.00 inches (before rework) and 17.00 inches (after rework). The government will be responsible for delivery of the top shells to the co ntractor in shipping crates and the contractor shall be responsible for return shipping to Sierra Army Depot, Herlong, California. All rework completed by the contractor shall be free from defects. Contractor shall deliver individual top shells as they ar e completed. Each individual unit shall take no more than 4 weeks to complete. All services completed under the BPA shall be accompanied by sales slips that shall contain the following minimum information: Name of supplier, BPA number, date of service re quest, call number, itemized list of services furnished, quantity, unit price, and extension of each service, date service was provided. The government estimates, but does not guarantee, that the volume of top shells to be reworked will be 62. The Governm ent is obligated only to the extent of authorized purchases actually made under the BPA. Individual purchases under this BPA are limited to $100,000.00 or less. A list of individuals authorized to purchase under this BPA, identified either by title of po sition or by name of individual, organizational component, and the dollar limitation per purchase for each position title or individual shall be furnished to the provider by the contracting officer. The following provisions and clauses apply to this procu rement: FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Government??????s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors - Commercial Items; F AR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I; FAR 52.212-4, Contract Terms a nd Conditions-Commercial Items; FAR 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Deviation; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, P rohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action For Workers With Disabilities ; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965, As Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, This statem ent is for information only; It is not a Wage Determination, Employee Class: Welder-Combination, Maintenance, Monetary Wage: $21.59, Fringe Benefits: $5.16; Employee Class: Painter, Maintenance, Monetary Wage: $20.51, Fringe Benefits: $5.16; Employee Class : Machinist, Maintenance, Monetary Wage: $21.59, Fringe Benefits: $5.16; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-49, Service Contract Act-Place of Performance Unkno wn, The Contracting Officer will request wage determinations for places or areas of performance if asked to do so in writing by 28 June 2004 or wage determinations may be obtained from http://servicecontract.fedworld.gov/searchsca.htm. FAR 52.232-33, Paym ent by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; 52.242-15, Stop-Work Order; 52.246-4, Inspection of Services-Fixed Price; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions incorpor ated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.252-2, Clauses incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet. gov/far, http://www.dtic.mil/dfars; FAR 52.253-1, Computer Generated Forms; FAR 252-6, Authorized Deviations In clauses; DFARS 252.204-4003, Control of Government Personnel Work Product; DFARS 5252.204-7004, Alternate A; DFARS 252.232-4003, Electronic Subm ission of Payment Request; DFARS 252.247-7023. In accordance with FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price and past performance. Offers will be evaluated in accordance with FAR 13.106-2. The Government will r eview each proposal submitted in response to this solicitation and make award to the offeror who represents the best value. The Government will consider price as a factor in the evaluation. Past Performance information will also be considered but it is l ess important than price. Responses to this notice must be received no later than 5:00 p.m. PDT, 30 June 2004 at the following address: Sierra Army Depot, Attn: AMSTA-SI-CO-CON, Tracy Marino, Building 150, Herlong, CA 96113; emailed to tracy.marino@sierr a.army.mil, or faxed to (530) 827-4722 to the attention of Tracy Marino. Responses may be submitted on company letterhead stationary and must include the following information: Reference Number, Payment Terms, discount offered for prompt payment, and must include the required FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial items. Additional information: be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov. All responsible sources may submit a proposal, which shall be considered by the agency.
 
Place of Performance
Address: TACOM - Sierra Army Depot Building 150, Herlong CA
Zip Code: 96113-5009
Country: US
 
Record
SN00609604-W 20040626/040624212305 (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.