Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOLICITATION NOTICE

J -- Rebuild Diesel Engines Fire Suppression System

Notice Date
4/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1M3E37008A100
 
Response Due
4/17/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. Proposals are being requested and a written solicitation will not be issued. This solicitation/synopsis reference number is F1M3E37008A100 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This acquisition is 100% set-aside for small business. The associated NAICS code is 333618 with a 1000 employee?s size standard. Contractors shall submit a unit price and a total price for each item included in this acquisition and shows an extended price for all items. Line item pricing shall include shipping charges. Pricing shall be FOB destination. All responsible sources may submit a quotation, which shall be considered by the agency. The successful contractor will furnish all plant, labor, material, parts and equipment necessary to perform an inshop overhaul/rebuild of the following Diesel Engines in accordance with manufacturer?s specifications and/or best commercial practices. Engines need to be completely disassembled and chemically cleaned. All defective parts removed as result of the repairs required to place these engines in a satisfactory working condition will be returned. Engines will have to be Dyno tested for reliability and warranty. For a list of the parts required to complete the overhaul please contact SSgt Hector I. Lopez at 843-963-5159 or e-mail at hector.lopez1@charleston.af.mil. LINE ITEM 0001: REBUILD/DYNO (TEST), DETROIT DIESEL 353 ENGINE FOR FOAM SUPPRESSION SYSTEM AT BUILDING 570, CHARLESTON AFB, SC. LINE ITEM 0002: REBUILD/DYNO (TEST), 855 CUMMINGS DIESEL ENGINE CPL # 1146, S/N 44434950 FOR FOAM SUPPRESSION SYSTEM AT BUILDING 64 FIRE PUMP # 2, CHARLESTON AFB, SC. Note: Items to be delivered FOB Destination to: Charleston AFB, SC. Vendors are to submit delivery time with their proposal. The following clauses and provisions are incorporated and will remain in full source in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http:// farsite.hill.af.mil/ FAR 52.212-1 ? Instructions to Offerors-Commercial FAR 52.212-2 ? Evaluation ?Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: the offeror's will have to be trained/certified by the manufacturers (Cummins and Detroit) to work on these engines. Copies of training certificates will be required with their proposals. Contractors shall include a completed copy of FAR 52.212-3 ? Offerors Representation and Certifications Commercial Item. Offerors are encouraged to use the following web site for online Certs and Reps, www.bpn.gov/orca FAR 52.222-41 ? Service Contract Act of 1965, As Amended FAR 52.222-42 ? Statement of Equivalent Hires Wage Determination # 05-2473 REV (01) applies to this acquisition. The following items are incorporated by reference: FAR 52.212-4 Contract Terms and Condition Commercial items, FAR 52.212-5 ? Contract Terms and Conditions required to implement statutes or executive orders Commercial Item, FAR 52.212-6- Notice of Total Small Business Set-Aside, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.222-21- Prohibition Of Segregated Facilities: FAR52.222-26- Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam ERA; FAR 52.222-36- Affirmative Action for workers with Disabilities; FAR 52.222-37- Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33- Payment by electronic funds transfer?Central Contractor Registration;52.225-1, Buy American Act-Balance of Payments Program. The following additional clauses are applicable to this procurement. FAR 52.204-7, DFAR 252.204-7004 Alt A-Required Central Contractor Registration (CCR); Contractors not registered in CCR will be ineligible for award. You can register or obtain additional information via their web site http://www.ccr.gov or call 1-800-334-3414, DFARS 252.225-7000 Buy American Act ?Balance of Payments Program Certificate, DFARS252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7002 Qualifying country sources as subcontractors, DFARS 252.232-7003- Electronic Submission of Payment. Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD form 250) and electronic invoices IAW DFARS 252.232-7003- electronic submission of payment request. The WAWF routing information will be provided upon award. DFAR 252.204-7003 Control of Government Personnel Work Product, DFAR 252.246-7000- Material Inspection and Receiving Report. Response to this combined synopsis/solicitation must be received via e-mail, fax, mail, or delivery by 17 April 2007 no later than 4:30 PM Eastern Standard time. Requests should be marked with request for quote number F1M3E37008A100 addressed to SSgt Hector Lopez Contract Specialist, Phone 843-963-5159, fax 843-963-5183 e-mail hector.lopez1@ Charleston.af.mil. For more business opportunities, visit the web site of http://www.selltoairforce.org, http://public.chrleston.amc.af.mil/organizations/437AW/437MSG/437CONS/index.htm, and the Small Business Administration (SBA) web site: http://www.sba.gov. Current Point of Contact SSgt Hector Lopez Contract Specialist, Phone 843-963-5159, fax 843-963-5183 e-mail hector.lopez1@ Charleston.af.mil. Place of Delivery Address: Charleston AFB SC Postal Code: 29404 Country: United States
 
Place of Performance
Address: 101 E Hill Blvd, Bldg 503, Charleston AFB SC
Zip Code: 29404-5021
Country: UNITED STATES
 
Record
SN01270052-W 20070412/070410220906 (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.