Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
DOCUMENT

J -- Refurbish Mobile Emergency Power MEP12 Units - Wage Determination

Notice Date
8/1/2008
 
Notice Type
Wage Determination
 
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, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3ZT898183A001
 
Point of Contact
Keith Philaphandeth, Phone: 707-424-7724
 
E-Mail Address
keith.philaphandeth@travis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation from Travis AFB, CA for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This acquisition is being conducted using the procedures in FAR 13.5, Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3ZT908026A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26; Defense DCN 200800721; Air Force AFAC 2008-0605. This acquisition will be unrestricted; the North American Industry Classification System (NAICS) code is 811310. The business size standard is 500 Employees. The Federal Supply Class (FSC) is J028. The Standard Industrial Classification (SIC) is 1731. This solicitation is 100% small business set aside and only qualified offerors may submit bids. This request for quotation consists of the following items on an all or none basis: Item 0001: SERVICES: Vendor to provide all labor, tools, parts, materials, and facilities required to refurbish (4) Synchronous AC generators to serviceable condition IAW manufacturer's specifications. Vendor will provide transportation of generators weighing approximately 6000 LBS each to and from 730 E Street, Bldg. 1205 Travis AFB, CA GENERATOR, AC SYNCHRONOUS S/N: (1) RD-19-51289-4/1-2, (2) UL-19-52942-10/21-02 (3) SL-19-52503-T Manufacturer: Marathon Electric 2400/4160VAC, 3 Phase, 130 Amps, 750-kW,.8 PF 1800 RPM, 70VDC Field Voltage, 2.1 Field Amps KNOWN DEFECTS: Normal wear under normal conditions MINIMUM WORK TO BE ACCOMPLISHED 1. Test windings IAW manufacturer's specifications and EASA (Electrical Apparatus Services Association) standards. 2. Repair or replace lead wires as necessary using silver soldered connectors & reinsulate with 5-kV shrink tubes. Length of new leads shall be no shorter than original leads. Government will accomplish installation of terminals at the end of new leads. 3. Re-tag all lead wirings for proper phasing 4. Disassemble, inspect, clean rotor, stator, & exciter assembly 5. Clean, Vacuum Pressure Impregnate (VPI), and bake rotor, stator, & exciter assembly windings 6. Dynamic balance rotor assembly & replace bearing using OEM part number A-9705R-100 7. Clean, prep, and primer paint external generator parts 8. Reassemble and test generator. 9. High Potential test AC & DC windings 10. Surge test AC windings 11. Furnish final result of all mechanical tests to OL-A AFCESA/CEMIRT The following provisions and/or clauses apply to this acquisition. 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 representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-3 shall be completed as noted above and submitted with the offer. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the item offered to meet the Government requirement which is stated above in the Line Items. FAR 52.233-4, Applicable Law for Breach of Contracts. FAR 52.204-7 Central Contractor Registration. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.222-3 Convict Labor. FAR 52.222-50 Combating Trafficking in Person. FAR 52.232-33 Payment by Electronic Funds- Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.247-34, F.O.B. Destination. FAR 52.253-1, Computer Generated Forms. DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.232-7003, Electronic Submission of Payment Requests; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023, Transportation of Supplies by Sea. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. FAR 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.219-28 Post Award Small Business Program Representation DFARS 252.212-7001 (Dev) Contract Terms and Conditions. AFFARS 5352.201-9101 Ombudsman (10 Aug 05). AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances. FAR 52.222-41 -- Service Contract Act of 1965. Wage Determination 2005-2069 Rev -6 SOLANO COUNTY incorporated by reference. FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov and also under the Online Representations and Certification (ORCA) on https://orca.bpn.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received at the 60th Contracting Squadron, LGCC flight, no later that 3:00 PM PST on 11 Aug 2008. Quotes may be transmitted by e-mail or to FAX number (707) 424-2712. The point of contact for this solicitation is Keith Philaphandeth, 1LT, Contract Specialist, (707) 424-7724, keith.philaphandeth@travis.af.mil. Alternate point of contact is Josephine G. Cobb, Contracting Officer, (707) 424-7720, josephine.cobb@travis.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e85f687c25c53574ace24f872f8f1642&tab=core&_cview=1)
 
Document(s)
Wage Determination
 
File Name: Wage Determination Solano County (SCA WD 05-2069 Rev -6 SOLANO COUNTY.doc)
Link: https://www.fbo.gov//utils/view?id=20d6a7979a1bf4dc868e9d72a37831a6
Bytes: 74.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 730 E Street, Bldg. 1205, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01628773-W 20080803/080801221138-e85f687c25c53574ace24f872f8f1642 (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.