Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2006 FBO #1580
SOLICITATION NOTICE

J -- Rebuild of Hydraulic Pumps

Notice Date
3/23/2006
 
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-06-T-0005
 
Response Due
4/12/2006
 
Archive Date
6/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Reference number W912GY-06-T-0005 must be referenced in your response. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-07, Effective 2 Feb 2006 & Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation Supplement DCN 20060223 Edition. The Government intends to establish multiple Blanket Purchase Agreements (BPAs) for this service, which will be effective for the period of on or about 1 May 2006 through 30 April 2009. 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 is $6.0M. Sierra Army Depot has a requirement to rebuild hydraulic pumps, NSN: 4320-01-268-3563 (https://www.procnet.sierra.army.mil/attachments/TM%209-2330-379-14&P%20Figure%2028.pdf and https://www.procnet.sierra.army.mil/attachments/TM%209-2330-379-14&P%20Section %204.pdf). The contractor shall provide all personnel, supplies, services, equipment, tools, facilities, supervision and transportation necessary to complete rebuild. As a minimum, the following work shall be performed on each unit 1. Complete disassembly and cleaning 2. Removing and/or neutralizing all rust 1. Replacing all soft seals and gaskets 3. Replacing of the following parts with new or rebuilt, Item No. 10 (Motor, Direct Current); Item 11 (Piston, Compressor); Item 14 (Spring, Helical, Comp); Item 15 (Bearing, Sleeve); 16 (Spacer, Ring); Item 25 (Pin, Piston) and Item 44 (Valve, Safety Rel ief). 4. All other parts such as pins, links, caps, plugs, clamps and miscellaneous hardware items shall be replaced as necessary 5. Reassembly and testing 6. Tagging of each unit with the NSN and inspection date. 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. The government will be responsible for delivery of the hydraulic pumps to the contractor in a reusable-shipping container in lots of 20 units and the contractor shall be responsible for return shipping to Sierra Army Depot, Herlong, California in the same container. Each lot of 20 hydraulic pumps shall repaired and returned within 6 weeks of receipt. In the event that more than 1 lot of 20 pumps is received at one time, each lot of 20 shall be returned in 6 weeks increments. (i.e. 3 lots of 20 units rece ived would be a total delivery period of approximately 18 weeks - 1 20-unit lot over 3 consecutive 6-week periods). All work completed by the contractor shall be free from defects. The Government reserves the right to issue multiple Blanket Purchase Agreements with a maximum estimated value of $500,000.00 for the life of each Agreement and to repeat the solicitation process when the maximum estimated value has been exceeded. Individu al orders will be issued on a Firm-Fixed Price basis. The Government reserves the right to issue orders at less than $2,500, under established BPA, without further competition. All orders over $2,500 will be rotated among all firms awarded a BPA as a resu lt of this synopsis. The Government reserves the right to award additional BPAs or release firms after the award of the initial Blanket Purchase Agreements. This synopsis serves as the entire solicitation. The following provisions and clauses apply to this procurement: FAR 52.203-3, Gratuities; FAR 52.203-6 Alt I, Restrictions On subcontractor Sales to the Government; FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; FAR 52.204-4, Printed or Copied Double-Sided or Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.204-8, Annual Representations and Certifications; FAR 52.209-5, Certification Regarding Debarment, Suspension, Proposed Deb arment and Other Responsibility Matters; FAR 52.209-6, Protecting the G overnment's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items (paragraph (a) is filled in as follows 1) Past Performance 2) Price; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Execut ive Orders-Commercial Items Deviation; FAR 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportun ity; 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-41, Service Contract Act of 1965, As Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, This statement is for information only; It is not a Wage Determination, Employee Class: Pneudraulic Systems Mechanic, Monetary Wage: $22.39, Fringe Benefits: $5.95; 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 Unknown, The Contracting Officer will request wage determinations for places or areas of performance if asked to do so in writing by 15 December 2005 or visit ht tp://www.wdol.gov/sca.aspx#0; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-2, Service of Protest, paragraph (a) is filled in as follows Sierra Army Depot, Contacting Officer, Building 150 Herlong CA 96113; FAR 52.233-3, Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-13, Bankruptcy; 52.242-15, Stop-Work Order; 52.246-4, Inspection of Services-F ixed Price; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions 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 52.252-2, Clauses incorporat ed 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 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terr orist Country; DFARS 52.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to implement statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Devi ation)DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.232-7003, Electronic Submission of Payment Request; DFARS 52.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.243-7002; Requests for Equitable Adjustment; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.247-7023 Transportation of Supplies by Sea. Responses to this notice must be received no later than 5:00 p.m. PST, 12 April 2006 at the following ad dress: Sierra Army Depot, Attn: AMSTA-SI-CO-CON, Tracy Marino, Building 150, Herlong, CA 96113; emailed to mailto:tracy.marino@us.army.mil, or faxed to (530) 8 27-4568 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, brief summary of qualifications and expe rience with this type of work, price quote and must include the required FAR 52.209-5 Certification Regarding Debarment Suspension, Proposed Debarment, and Other Responsibility Matters; FAR 52.212-3 Alternate I, Offeror Representations and Certifications-C ommercial items, DFARS 52.212-7000, Offeror Representations and Certifications-Commercial Items or they shall be completed at the Online Representations and Certifications Applications at http://orca.bpn.gov/. Additional information: be advised that all i nterested 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 resp onsible 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
SN01013543-W 20060325/060323212525 (fbodaily.com)
 
Source
FedBizOpps 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.