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
MODIFICATION

28 -- On-Site Generator Flushing Activities

Notice Date
9/12/2007
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Logistics Section, 500 C Street SW Patriots Plaza -- 5th Floor, Washington, DC, 20472, UNITED STATES
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-07-Q-0174
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Point of Contact
Kelly Lynch III, Contract Specialist, Phone 202.646.4677, Fax 202.646.1765,
 
E-Mail Address
kelly.lynch@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security, Federal Emergency Management Agency (FEMA) has the following requirements 1. Drainage of old coolant from radiator, engine block, over-flow containers and hoses; 2. Back-flushing of radiator and engine block; 3. Installation of new Service-Pro Complete 50/50 Coolant and filters; 4. One-hour test run to check for leaks; 5. Inspections of hoses, hose clamps, and radiator and fan for suspect corrosion, leaks, or malfunctions; 6. Test antifreeze for -25 degrees protection level and; 7. Disposal of old coolant, offsite, in accordance with all applicable Federal, State and local disposal regulations. There are 298 generators consisting of: (1) 173 units (ranging in sizes from 0 - 80 kW), 31 units (ranging in sizes from 81 -100kW), (3) 42 units (ranging 101 - 145kW), 28 units (ranging in sizes 146 - 350kW) and 24 units (ranging in sizing 350+kW). All services to be provided will be on-site at FEMA - Logistics Center - Atlanta located in Forest Park, Georgia 302987. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. The North American Industry Classification System (NAICS) code for this procurement is 811310, with a size standard of 6.5 in millions in dollars. This announcement constitutes the only solicitation. Sources would be required to provide the managerial, administrative, supervisory, direct and overhead personnel will assist in moving generator, via forklift, when available in order for the contractor to perform under the contract. The availability or non-availability of Government personnel does not relieve the Contractor from performing the required services of the resultant contract. The Contractor shall be responsible for proving all labor, supervision, transportation, special tools and equipment, internal services and operating manuals, part manuals, wiring diagrams, shop materials, all supporting logistics and supervision necessary and required to perform and complete the requirement of the Contract. The procurement will be proceeding as a small business set-aside. If the procurement proceeds as a small business set-aside, it will be done in accordance with FAR 19.502-2. Solicitation Number HSFEHQ-07-Q-0174 is being issued as a Request for Quote (RFQ) with the intent of awarding a Firm Fixed Contract within one week of quote receipts. Offeror(s) shall submit quotes with the total provide of service reflected at the Contractual Line Item Number (CLIN) level while the total provided will be broken down at the SubCLIN level. (i.e. see below) CLIN Description Unit Price Quantity Extended 00001 Generator Radiator Coolant Drainage 00001AA Generator ranging in sizes from 0 - 80 kW 00001AB Generator ranging in sizes from 81 - 100 Kw 00001AC Generator ranging in sizes from 101 - 145 kW 00001AD Generator ranging in sizes from 146 - 350 kW 00001AE Generator ranging in sizes from 350 + kW All responsible sources may submit an offer, which will be considered. In accordance with the provisions of Federal Acquisition Regulations (FAR) subpart 4.11 - Central Contractor Registration, Offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database or a registration that has expired on the part of the Offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by call 1.888.227.2324 or via the internet at http://www.ccr.gov. The following provisions apply to this solicitation: 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (SEPT 2006) 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) 52.213-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (NOV 2006) The resultant contract shall include the following clauses: 52.204-7 CENTRAL CONTRACTOR REGISTRATION (JUL 2006) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (NOV 2006) 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (FEB 2007) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (MAR 2007) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2006) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.245-1 GOVERNMENT PROPERTY (JUN 2007) 52.245-9 USE AND CHARGES (JUN 2007) 3052.204-7 CONTRACTOR EMPLOYEE ACCESS (JUN 2006) 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (DEC 2003) 3052.223-70 REMOVAL OR DISPOSAL OF HAZARDOUS SUBSTANCES-APPLICABLE LICENSES AND PERMITS (JUNE 2006) 3052.228-70 INSURANCE (DEC 2003) 3052.247-72 F.O.B. DESTINATION ONLY (DEC 2003) Basic for Award: Award will be made on Best Value to Government. Quotes must be priced on F.O.B. Destination. Interested organizations may submit their quotes via email to Kelly Lynch at Kelly.Lynch@dhs.gov, no later than 12 noon Eastern Standard Time (EST), on September 24, 2007. The contact information is: MAIL: Federal Emergency Management Agency, Office of the Chief Procurement Officer, ATTN: Kelly Lynch, 500 C Street, S.W., PP 5th Floor, Washington, D.C. 20472: EMAIL: Kelly. Lynch@dhs.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/FEMA/OAM/HSFEHQ-07-Q-0174/listing.html)
 
Place of Performance
Address: Federal Emergency Management Center Logistics Center - Atlanta 4552 North 2nd Building 212B, Fort Gillem Forest Park, GA
Zip Code: 30297
Country: UNITED STATES
 
Record
SN01405045-F 20070914/070913083930 (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.