Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

28 -- Rebuild 15 INCH Rockford Clutches for Cuimmins Engine Part Number 1244C

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-06-T-0048
 
Response Due
8/4/2006
 
Archive Date
10/3/2006
 
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. Solicitation number W9127Q-06-T-0048 is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acqui sition Circular 01-15. This is a 100 percent small business set-aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). This Request for Quotation is issued under NAICS Code 811111. The Small business size standard is $6 mil . This requirement is to rebuild clutches for the Readiness Sustainment Maintenance Site (RSMS), Mississippi Army National Guard (MSARNG) located at Camp Shelby Training Site, Hattiesburg, Mississippi. There is one line item which reads: Rebuild 15 Roc kford Clutch for Cummins Engine PART NUMBER# 1244C listed below. Vendor will perform the following on Rebuild Rockford Clutch. (1) Disassemble, clean, resurface, replace springs. (2) Adjust and replace damaged parts as needed on Pressure Plate. (3) D isassemble, clean, and replace buttons and hub on Clutch Disk. (4) All unserviceable clutches will be turned back into the RSMS site. (5) Price is to include all pick-up, delivery and replacement parts fees. (6) Items must be picked up within one bu siness day after receipt of notification, and returned within 10 days from the date of receipt of notification. (7) Partial pick-up and delivery will be allowed; calls will be placed by Mr. Willie Hinton or Sgt Brandy Whiddon at RSMS site. (8) A minimu m of 5 clutches to a maximum of 10 clutches is to be delivered per week for a total of 40 per month. 120 clutches are required for delivery during the period of July 2006 to September 2006. (9) Vendor will be paid with the Government Purchase Card if th e total delivery is $2,500.00 or less. (10) Vendor will pick-up and deliver Rockford Clutches to RSMS. (11) Point of Contact for this Facility is SGT BRANDY WHIDDON, PH: 601-558-2784. Clutches will be wrapped in bubble rap or foam and placed in a card board box for shipping. Any damaged clutches upon receipt will be sent back to contractor at no cost to RSMS to be repaired. Total estimated quantity is 120. The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commer cial Items. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications  Commercial Items (May 2001) and DFARS 252.212-7000, Offeror Representations and Certifications  Commercial Items (Nov 1995) with its offer. 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 Applicable to Defense Acquisitions of Commercial Items with the following clauses cited in the cla use being applicable: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; FAR 52.222-21, Prohibition 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 Vete rans; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contract Registration; and FAR 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act of 1965, as Amended (May 1989); 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); 52.222-44, Fair Labor Standards Act and Se rvice Contract Act -- Price Adjustment; 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements. WAGE DETERMINATION NO: 94-2299 applies. 52.219-14, Limitation o n Subcontracting. Additional applicable FAR Clauses: FAR 52.247-34 FOB Destination; FAR 52.216-18, Ordering (Oct 1995). (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by t he individuals or activities designated in the Schedule. Such orders may be issued from time of contract award through October 31, 2006; 52.216-19, Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 5 clutches, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -(1) A ny order for a single item in excess of 120 clutches; (2) Any order for a combination of items in excess of 120 clutches. (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in subp aragraph (b)(1) or (2) of this section. Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21, Requirements (Oct 1995). This is a requirements contract for the supplies and effective for the period stated. The quantities of supplies specified are estimates only. Except as this contract may otherwise provide, if the Governments requirements do not r esult in orders in the quantities described as estimated or maximum, that fact shall not constitute the basis for an equitable price adjustment. Any order issued during the effective period of this resultant contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contract s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after October 31, 2006. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within this clause the following apply: DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7000, Balance of Payments Program Certificate applies; and DFARS 252.225-7002, Qualifyin g Country Sources as Subcontractors applies. Interested parties should submit their quotes to be received no later than close of business on August 4, 2006. Send quotes to the USPFO-MS, Attn: NGMS-PFO-PC (Boncile Smith), 144 Military Drive, Flowood, Mis sissippi 39232-8861 or e-mail to boncile.smith@us.army.mil. The magnitude of the contract is between $25,000 and $100,000 for the duration of the contract. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order t o be eligible for award of a contract. To register on line go to http://www.ccr.gov/. POINTS OF CONTACT: Technical questions regarding this requirement may be addressed to SGT Brandy Whiddon at (601)558-2784. The Contracting Offices web site is locate d at http://www.ngms.state.ms.us/uspfo/.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
Country: US
 
Record
SN01095150-W 20060723/060721221400 (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  © 1994-2020, Loren Data Corp.