Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

J -- Refurbish Two Refuse Trucks

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-07-T-0094
 
Response Due
9/19/2007
 
Archive Date
11/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial item(s) prepared in accordance with the format in FAR part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Reference Number W911S2-07-T-0094 is issued as a request for quotation (RFQ). This is a 100% Small Business Set-Aside. The NAICS code is 811118 and the size standard is $6.5M. This notice is being issued as a Reques t for Quote (RFQ) for the refurbishing of two mack refuse trucks. This solicitation contains one (1) line item as follows: CLIN 0001- The offeror shall furnish all plant, labor, materials, and equipment necessary to refurbish the two government supplied ma ck refuse trucks (model #MR688S). 1. Statement of Work follows: a. Replace the packer unit with a 35 cubic yard packer unit of the same brand or equivalent. b. Refurbish the cab and chassis. Repair damage and holes. Remove all paint and rust. Repaint using an industrial grade paint, the color shall be white. c. Replace front tires. d. Rebuild front end and both rear axles. e. Replace all break assemblies. f. Tune diesel engine. g. Check all operation levers and the hydraulic system, repair as necessary. h. Undercoat the vehicle IAW industry standards. i. The Offeror shall transport vehicles to contractor facilities to make repairs and back to the government installation after work has been inspected. 2. Delivery Date: Schedule for completion is no later than ten months from date vehicles are transported from the government installation. 2. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. Product samples to be submitted are color ranges, fabrics, and textures available for items listed in the technical exhibit in order to have variable characteristics selected at the time of award and will not be used as an evaluation factor. 4. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible quoter whose quote is lowest. 5. The Government will review all quotes for completeness. 6. Quoters must submit a completed copy of the following provisions with their proposals. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. These can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the requir ed representation information, quote all items required, or reject the terms and conditions of the solicitation, may be excluded from consideration. 7. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. 8. The following FAR clauses are applicable: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibitio n of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers Wi th Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Fo reign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisi tions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 200 3); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. DFARS 252.212-7 001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and DFAR 252.204-7004, Required Central Contractor Registration. 9. A single site visit will be held on 17 Septemb er 2007, at 09:00 AM at building T-45 West Street, Fort Drum, NY. Quoters interested in participating in the site visit shall meet at the entrance of T-45 promptly at 09:00 PM to be escorted through the work site by Government personnel. Please call Thom as Youngs at 315-772-6523 for further details or to arrange installation access. 10. If interested, e-mail, fax or mail your quote to the POC stated herein. Your quote must include the following: (a) Quote (b) completed Representations and Certifications FAR 52.212-3. 11. Quotations must be received no later than 3:00 pm EST, 19 September 2007. All inquiries and concerns must be addressed IN WRITING and faxed or emailed. 12. The Government prefers that all quotes are e-mailed to the point-of-contact belo w with Reference Number W911S2-07-T-0094 and contractors name listed in the subject block. Facsimile quotes will be accepted at 315-772-6406. Mailed quotes shall be mailed to: 45th Street, Fort Drum, NY 13602 (Attn: Mr. Youngs Reference Number W911S2-07- T-0094) 13. The Government Primary point-of-contact is Mr. Youngs, 315-772-6514 (thomas.youngs@us.army.mil).
 
Place of Performance
Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
Country: US
 
Record
SN01404256-W 20070914/070913074053 (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.