Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2004 FBO #1068
SOLICITATION NOTICE

J -- Maintenance, Repair, and Rebuilding of Equipment

Notice Date
10/27/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700405Q0003
 
Response Due
11/16/2004
 
Archive Date
12/16/2004
 
Description
This is a combined synopsis/solicitation for commercial service 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 WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25 and Defense Acquisition Circular 91-13. This action is unrestricted to small businesses, has a NAICS code of 336992 And a size standard of 1,000 employees. The following services are required for the Government Owned MK48 Logistics Vehicle components: Parts found to be unserviceable during the performance of CLINS 1 and 2 will be discarded and the Government will provide replacement parts. This solicitation contains (2) two CLINS; it is the government's i! ntent of awarding a firm-fixed price requirement contract for a base one-year with (4) one-year option periods. CLIN 0001 and CLIN 0002 represent one vehicle set. The Marine Corps Logistics Command; Albany, Georgia has a requirement for the following items. Repair of Brake Drums for axels #1, and #2. All work will be preformed according to: RS-08780A-50, TM2320-34/13, TM2320-24P/14B, TM4750-15/1 (Paint). CLIN 0001: Repair of the drum assemblies consists of two brake drums P/N: 107470B, NSN: 2530-01-183-0734, and two hubs P/N: 121866C, NSN: 2530-01-182-4488. Drums and hubs will be steam cleaned, then inspected for cracks, chips, and measured for wear. If the drums are cracked, chipped, or the inside measurement will be greater than 17.085 inches (43.39 cm) after turning the drum to clear all defects, then discontinue work on the drum, and return. Upon completion of this inspection the drum found to be free of cracks, or chips, and meet the specifications for turning, drums! will be processed as follows. All drums and hubs will be abrasive blasted to remove all paint, and rust. The drums will then be turned as required to obtain a smooth, clean finish, free of pits, or grooves. The drum will then be measured in a minimum of three places to verify the inside diameter does not exceed 17.085 inches (43.39 cm). The drums, and hubs will then be primed using Sherwin/Williams base E90W201, catalyst V93V202, then painted 383 green using Sherwin/Williams base F93G504, catalyst V93V502. CLIN 0002: Repair of the drum assemblies consists of two brake drums P/N: 2CF280, NSN: 2530-01-183-2556, two hubs P/N: 2CF282, NSN: 2530-01-182-4489, and two exciter rings P/N:202010-BD, NSN: 5365-01-512-7304. Drums and hubs will be steam cleaned, then inspected for cracks, chips, and measured for wear. If the drums are cracked, chipped, or the inside measurement will be greater than 16.614 inches (42.20 cm) after turning the drum to clear all defects, than discontinue ! work on the drum, and return. Upon completion of this inspection the drum found to be free of cracks, or chips, and meet the specifications for turning, drums will be processed as follows. The hubs will be removed from the drums by pressing the ten studs, P/N: 2CK589 from the left hand drum, and P/N: 2CK588 from the right hand drum, making every effort not to damage them. All drums and hubs will be abrasive blasted to remove all paint, and rust. The drums will then be turned as required to obtain a smooth, clean finish, free of pits, or grooves. The drum will then be measured in a minimum of three places to verify the inside diameter does not exceed 16.614 inches (42.20 cm). The hubs, and new exciter ring P/N: 202010-BD are then installed in the drums, one with all right handed studs, and one with all left handed studs The drums, and hubs will then be primed using Sherwin/Williams base E90W201, catalyst V93V202, then painted 383 green using Sherwin/Williams base F93G504, cat! alyst V93V502. Maintenance Center Albany will furnish the new Exciter rings, P/N: 202010-BD, and any missing studs, or studs that may become damaged when pressing them out. Contractors will be required to pick up axle sets from MCLB and return them within 7 calendar days from a maximum of five sets per pick up. The Period of Performance for the contract resulting from this solicitation shall include a base year with four option years. THE AWARD RESULTING FROM THIS SOLICITATION WILL BE AN ESTIMATED AMOUNT OF ONE-HUNDRED SEVENTY-FIVE (175). Delivery shall be F.O.B Destination. The service provider will pick up drum assemblies at designated area with in the fenced area of building 2200, MCLB, Albany, Ga. Delivery of completed drum assemblies will be to Warehouse 1331 Door 10, MCLB, Albany, Ga. Quality Assurance Provision: The service provider will provide quality service in accordance with the applicable documents listed above. The government reserves the right to select bid! s based on cost, delivery schedule, and as most advantageous to the government. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine the best value to the Government: Price, Technical Acceptance, and Delivery. The following FAR/DFAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Registrations - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (incorporating: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Seg! regated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases and; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal hires; 52.222-43, Fair labor Standards Act and Service Contract Act- Price Adjustment (Multiple year and Option Contracts); 52.216-21, Requirements; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option To Extend The Term of The Contract; 52.243-1, Changes Alt II; 52.249-2, Termination for Convenience of The Gove! rnment (Fixed- Price); 52.249-8, Default (Fixed- Price Supply); 52.252-2, Solicitation Clauses Incorporated by Reference; 252.212-7000, Offeror Representatives and Certifications - Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating: 252.225-7001, Buy American Act and Balance of Payments Program;252.232-7003, Electronic Submission; 252.243-7001, Pricing of Contract Modifications. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation-Commercial Items http://farsite.hill.af.mil/vffara.htm with their offer. The offeror shall also provide its Commercial and Government Entity ! (CAGE) code, Contractor Established code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register http://www.ccr.gov/ and Wide Area Work Flow http://wawftraining.com/ to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 16 November 2004, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Contracting Department, Marine Corps Logistics Command; Albany, Georgia. Email: daniel.lovasz@usmc.mil . Phone/Fax as respectively (229)639-6794/6791.
 
Record
SN00699979-W 20041029/041027212207 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.