Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2004 FBO #1049
MODIFICATION

J -- Provide maintenance/repair support for Material Handling Equipment (MHE) and trucks/SUVs/automobiles

Notice Date
10/8/2004
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092
 
ZIP Code
49017-3092
 
Solicitation Number
Reference-Number-SP4410-05-Q-8000
 
Response Due
10/12/2004
 
Archive Date
12/31/2004
 
Point of Contact
Barry Mowry, Contract Specialist, Phone 269-961-7080, Fax 269-961-4474, - Bernie Solovey, Contracting Officer, Phone 269-961-4246, Fax 269-961-4474,
 
E-Mail Address
Barry.Mowry@dla.mil, Bernie.Solovey@dla.mil
 
Description
The Defense Reutilization and Marketing Service (DRMS), a Primary Level Field Activity (PLFA) of the Defense Logistics Agency (DLA) is seeking sources that can support our maintenance/repair requirements in Southwest Asia (SWA). This maintenance/repair support is required at Defense Reutilization and Marketing Office (DRMO) Arifjan, Kuwait; Site Anaconda (Balad), Iraq and Site Al Asad (Camp Victory South), Iraq. It is envisioned that the contractor would provide maintenance/repair support for Material Handling Equipment (MHE) and trucks/SUVs/automobiles. The support consists of furnishing all labor, inspections, tools, supplies, batteries, tires repair/replacement (including foam-fill service), repair parts, oil, grease, fuel, air and oil filters, etc.; to perform timely coordination/response, and effective preventive maintenance (PM) services, repair service, including performing Limited Technical Inspection (LTI), when required for units that have assigned DLA Registration Numbers. A current listing of equipment follows: (1) DRMO Arifjan, Kuwait ? 1 each 2003 Caterpillar 10K Front End Loader (FEL) Model 924G; 1 each 2004 Caterpillar 10K FEL Model 924G; 1 each 2003 Fairbanks 100T Truck Scale Model 91318; 1 each 1992 Hanomag Scrap Handler Model unknown; 1 each 2004 Caterpillar 50K FEL Model 988G; 2 each 2004 Sellick 6K Rough Terrain (RT) Forklift Model SD-60; 1 each 2004 Bobcat 3K Skidloader with Forks Model S300; 1 each 2004 Bobcat 2K Toolcat Utility Vehicle with Forks Model 5600 Work Machine; 1 each 2004 Fuchs Crawler Scrap Handler Model RHL350; 1 each 2004 Copperloy Portable Yard Ramp Model SS 20-84-36PL8; (2) Site Anaconda (Balad), Iraq ? 1 each 1985 Chevrolet CUCV, M1009 Model Blazer; 1 each 1992 Caterpillar FEL Model it28b; 1 each 1992 Entwistle 4k, RT Diesel Forklift Model 550692; 1 each 1986 Entwistle 4K, RT Diesel Forklift Model 548662; 1 each 2004 Copperloy Portable Yard Ramp Model SS 20-84-36PL8; 2 each 2004 Sellick 6K RT Forklift Model SD-60; 1 each 2004 Bobcat 3K Skidloader with Forks Model S300; 1 each 2004 Bobcat 2K Toolcat Utility Vehicle with Forks Model 5600 Work Machine; and (3) Site Al Asad (Camp Victory South), Iraq - 1 each 2004 Caterpillar 10K FEL Model 924G; 2 each 1994 Volkswagen 1/2 Ton Truck Model unknown; 1 each 2004 Sellick 6K RT Forklift Model SD-60; 1 each 2004 Bobcat 3K Skidloader with Forks Model S300; 1 each 2004 Bobcat 2K Toolcat Utility Vehicle with Forks Model 5600 Work Machine; 1 each 2004 Copperloy Portable Yard Ramp Model SS 20-84-36PL8. The Government reserves the right to revise the equipment lists as new and/or replacement equipment is received or equipment is deleted from the schedule, and to substitute new or different equipment which replace existing equipment identified in any contract award as a result of this requirement. PM Services would be conducted at a rate of 1 service per item of MHE every 2 weeks, for a total of 24 services per year per site. PM Services would be conducted at a rate of 1 service per item of trucks/SUVs/automobiles every month, for a total of 12 services per year per site. Any contract award resulting from this requirement would include provisions for and/or address the following: (1) minor repairs/service calls; (2) major component repairs; and (3) uneconomical repairs. For repairs which are not feasible on-site, the contractor would be responsible for performing in its facilities/shop. The contractor would furnish all materials, labor and transportation (to-and-from), for all units that are scheduled for repair in contractor?s facilities. The contractor would assume the risk of, and be responsible for, any loss or damage thereto, as a result of contractor performance/transportation. The contractor would furnish replacement parts and be reimbursed by the Government for the parts/supplies at the contractor?s net price as stated on the invoice from the contractor?s respective supplier. It is requested that any responsible potential offerors interested in being considered a source for this requirement provide their point of contact information, business size, a summary of their history of performing these functions and the capabilities they have for providing this type of support in SWA. Requested information is to be received no later than Tuesday, October 12, 2004, 12:00 a.m. (midnight) Eastern Time. Requested information must be submitted by e-mail to barry.mowry@dla.mil or facsimile at (269) 961-4474. Visit our DRMS Website at http://www.drms.com
 
Record
SN00691732-W 20041010/041009084807 (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.