Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2005 FBO #1357
SOLICITATION NOTICE

36 -- REPAIR OF 3 TON HOISTS

Notice Date
8/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-05-Q-0339
 
Response Due
8/23/2005
 
Archive Date
9/15/2005
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-05. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Service-Disabled Veteran-Owned Small Business Set-Aside. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-05-Q-0339. The NAICS code 333923 applies to this solicitation. The size standard is 500 employees. STATEMENT OF WORK 1. SCOPE: The work covered by these specifications consists of furnishing all plans, labor, equipment, appliances, and supplies required to complete the repairs needed as follows. Replace load brake assembly on two 3-Ton R&M hoist?s, install two oil seal and gasket kits, replace one trolley suspender, one bridge gear reducer and load test both R&M hoist?s after repairs are made. 2. LOCATION: This work is to be done at Seymour Johnson AFB, NC. Building 2121. 3. WORK WEEK: The contractor shall observe the same regular work week being observed by shop forces which is from 0730 ? 1630. Any deviations from this schedule shall require approval from Seymour Johnson AFB end user. 4. WORKMANSHIP: All workmanship shall comply with standard trade practice. The contractor shall repair any existing construction damaged by their operation. 5. CLEANING: Contractor shall keep the work site free from accumulation of waste materials. All waste generated by any work under this contract shall be handled, transported, stored, and disposed of off base by the contractor in accordance with all applicable Federal, State, and local laws. Daily and upon completion of this contract, the contractor shall leave the work site and premises in a clean, neat workmanlike condition, satisfactory to the contacting officer or his representative. 6. PROTECTION OF FACILTY: The contractor shall be responsible for protection of grounds, buildings, and equipment therein while performing services called for this contract. 7. WARRANTY: Contractor will guarantee all contractor supplied material and workmanship for a period of one (1) year from completion of work. 8. ORDER OF WORK/BID SHEET: Contractor shall provide maintenance on the following: CLIN 0001: Replace load brake assembly on 3-Ton R&M hoists; Qty 2. ____ CLIN 0002: Install oil seal and gasket kits; Qty 2. ____ CLIN 0003: Replace trolley suspender; Qty 1. ____ CLIN 0004: Replace one bridge gear reducer; Qty 1. ____ CLIN 0005: Perform load test on R&M hoist?s; Qty 2. ____ CLIN 0006: Freight/shipping charges. ____ The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Paragraphs (a), (b) (13) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (c)(1) (2), (d), and (e) applies to this solicitation . FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; Heavy Equipment Operator, WG-10, $17.29/hour, FAR 52.247-34 F.O.B. ? Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by References (located at http://farsite.hill.af.mil). The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report. Primary Point of Contact is SSgt Mary C. McKay at (919) 722-5405 and Alternate is TSgt Imelda A. Reantaso at (919) 722-5408. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT August 23, 2005 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only.
 
Place of Performance
Address: Seymour Johnson AFB, Goldsboro, NC
Zip Code: 27531
Country: United States
 
Record
SN00869317-W 20050814/050812212140 (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.