Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

39 -- Repair/Maintenance of Didsbury hoist

Notice Date
6/3/2008
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
FA4659-08-A-0003
 
Response Due
6/9/2008 11:00:00 AM
 
Archive Date
6/24/2008
 
Point of Contact
Eric J Hurtado,, Phone: (701) 747-5285, Sharon M. Frank,, Phone: 701-747-5284
 
E-Mail Address
eric.hurtado@grandforks.af.mil, sharon.frank@grandforks.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested and a written solicitation will not be issued. The 319th Contracting Squadron at Grand Forks AFB, ND intends to establish a Blanket Purchase Agreement for the inspection, repair and recertification of Didsbury 43/1 hoist over a five year period beginning 1 July 2008 and ending 30 June 2013. This solicitation is Unrestricted in accordance with FAR Part 19. Minimum requirements are as follows: Line Item 0001: Inspection, Repair, and Recertification of Didsbury Hoist P/N 6603002 43/1381 S/N 2250 & 2249 Line Item 0002: Delivery/Shipping to site of repair and return to Grand Forks AFB, ND 58205. 3FOB Destination Required specifications: The services required are to perform the complete annual inspection requirements as prescribed by the Didsbury Manufacture to ensure a strict compliance and safety record is maintained. This service will include a visual inspection of hoist, the replacement of internal and external parts as required because of wear or corrosion and a functional weight check. An established price list containing prices of replacement parts must be completed. Supporting Specifications: The following specifications must be conformed to in order to support the request. To acquire this Blanket Purchase Agreement you must have proof of valid Didsbury Certification. Also you must be in accordance with the Statement of Work. Statement of Work 1. Each hoist assembly should include complete and thorough inspection, cleaning and lubricating of the hoist assembly. There will be a routine scheduled preventative maintenance performed annually on each hoist assembly. Hoist assemblies undergoing preventative maintenance will be returned to the Government within 30 days plus shipping time. If unforeseen circumstances will cause a potential delay, the contractor will notify the Government immediately. 2. Any emergencies work requested by the customer will be covered under this agreement. Parts required by emergency calls will be subject to the approved price listing. 3. Parts found to be faulty by the contractor are to be replaced or repaired at the cost of the approved parts list. 4. This agreement covers repairs and service required by ordinary wear and tear resulting from normal use of the machine. Repairs required by casualty, Act of God, or user will be negotiated by case basis and parts and labor will be charged accordingly. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-25. The North American Industry Classification System (NAICS) code is 811310, size standard $6.5 million. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms (quote FOB Origin); (5) Remit to address, if different than the mailing address; (6) Warranty information; (7) Estimated delivery date; (8) Acknowledgement of solicitation amendments, if any, for acceptance of offers. THE OFFEROR MUST AGREE TO HOLD THE PRICES SUBMITTED FOR THE SOLICITATION FOR AT LEAST 30 DAYS. Price changes must be submitted to the 319 contracting office 30 days before effective. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with the specifications, and provides the best value to the government in terms of Price and Delivery. Delivery is to be made FOB Origin to Grand Forks AFB, North Dakota. Offerors must provide warranty information and delivery times specific to all equipment. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text FAR 52.212-5 Contract terms and conditions required to implement stautes or executive orders; FAR 52.202-1, Definitions; FAR 52.203-2 Certificate of Independent Price Determination; FAR 52.232-33, Payment by electronic funds; FAR 52.233-4 Applicable Law for breach of contract claim, FAR 52.247-34 FOB Destinaiton; FAR 52.246-2, Inspection of Supplies-Fixed Price; FAR 52.232-1, Payments; FAR 52.233-3, Protest After Award; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, prohibition of segrregated 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; FAR 52.252-6, Authorized Deviations in Clauses (By Full Text); FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov. FAR 52.212-2 Evaluation Commercial Items. Price represents best overall value to the government; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items 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- Commercial Items Deviation; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DOD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DOD contract shall be submitted in electronic form. Wide Area Workflow (WAWF) is the DOD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com., DFARS 252.204-7006, Billing Instructions; DFARS 252.243-7001, Pricing of contract modifications; DFARS 252.247-7023 Alt III, DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.204-7003, Control of Government Personnel work product; DFARS 252.232-7003, Electronic submission of payment requests; DFARS 252.232-7010, Levies on contract payments; DFARS 252.246-7000, Material Inspection and Receiving Report. AFFARS 5352.201-9101 OMBUDSMAN (AUG 05) - a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 6225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Offers must be sent in writing, by fax, or via e-mail to the Purchasing Agent, A1C Eric Hurtado, no later than 11:00 A.M. (CST) on, 9 June 2008 to 319 CONS/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58201 ATTN: A1C Eric Hurtado. For more information email Eric.Hurtado@grandforks.af.mil or call at # 701-747-5285. Fax # 701-747-4215. The alternate POC for this requirement is Shane Lind, at #701-747-5281, or shane.lind@grandforks.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d36111f386e86d2516d64c8edd7371d2&tab=core&_cview=1)
 
Place of Performance
Address: Grand Forks AFB, Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN01585559-W 20080605/080603215747-d36111f386e86d2516d64c8edd7371d2 (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.