Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

J -- Repair and refurbishment of ten Generator, Environmental Control Unit and Trailer (GET) Systems according to manufacturer specifications.

Notice Date
5/22/2008
 
Notice Type
Presolicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700108Q0111
 
Response Due
5/27/2008
 
Point of Contact
Captain Chase 19104517854
 
Small Business Set-Aside
N/A
 
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 M67001-08-Q-0111 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 200525 and DFARS Change Notice DCN 20080423. The proposed acquisition is unrestricted to business size.The associated NAICS code is 335312. The 22nd Marine Expeditionary Unit (MEU), Camp Lejeune North Carolina has a one-time requirement for the conduct of a RESET and REFIT for 10 (ten) each Generator Environmental control unit Trailers (GET) to include parts and labor according to the manufacturers specification. The contractor will conduct tests under manufacturers test procedure. GET stands for Generator, Environmental Control Unit and Trailer System. The GET is designed to support highly mobile life support and command and control systems, like forward-deployed mobile operations centers that displace often and where access to power is limited. RESET and REFIT includes: repair and refurbishment to entire system according to manufacture specifications; system changes that increase performance capability and update technology electronic and mechanical standards; repair; replacement of damaged or unserviceable parts, components, or assemblies; removal of rust, oxidation, dirt, salt and other contaminants from the metal surfaces of the GET trailers; preservation to protect GET Trailer equipment, components, and parts by providing barrier coatings (paint), anti-seizes, sealants, water-displacing and corrosion preventive compounds as required. See attached list for minimum repairs for each. The GET trailers are manufactured by PowerSystems International (PSI). The manufacturer name and part number are provided only to assist potential offerors in understanding the Government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand name parts that will fulfill the Government's need. The Contractor shall provide all supplies and services necessary to transport the GET trailers to Contractor maintenance facility and back to the Government site, F.O.B. destination. Location of the Government site is aboard Camp Lejeune North Carolina and will be identified on the contract. The Government desires repairs to be completed by 21 July 2008. The Government anticipates award of a Firm Fixed Price contract. The evaluation factors for this RFQ are technical capability, delivery, past performance and price. The Government intends to make award based on best value. Best value means the expected outcome of the acquisition that, in the Governments estimation, provides the greatest overall benefit in response to the requirement. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Offerors are to submit three (3) relevant past performance references with their quote. An offer will be considered non-responsive if technical acceptability and delivery are not met. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1, Instructions to Offerors Commercial Items;; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual reprsentations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following clauses apply under FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items; FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child LaborCooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration; FAR 52.233-2 Service of Protest; FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.232-23 Assignment of Claims; FAR 52.233-1 Disputes; FAR 52.247-34 F.O.B Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; acquisition; 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 Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212.7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001 Pricing of Contract Modifications; DFARS 252.225-7042 Authorization to Perform; DFARS 252.243.7002 Requests for Equitable Adjustment. The following clauses apply under DFARS 252.212-7001; FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests; The provisions and clauses can be found at FAR website: http://www.arnet.gov/far and DFARS website: http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). Submit quotes to Capt Chase, Kenny K, Contracting Department, P.O. Box 8368, Camp Lejeune, NC 28547-8368, via email to kenny.chase@usmc.mil or via facsimile (910) 451-2113. Capt Chase, Kenny K. at telephone number (910) 451-7854 can be contacted for information regarding the solicitation. Quotes are due by 27 May 2008 by 1200PM Eastern Standard Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=addc14e580f4d46cce496f94cae10436&tab=core&_cview=1)
 
Record
SN01579450-W 20080524/080522220933-03b196d5c1b45e380ea8c4a4e82f3f06 (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.