Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

J -- FULLY MISSION CAPABLE (FMC) SERVICE FOR 46 GENERATORS, FEMA DISTRIBUTION CENTER PACIFIC - HAWAII, AIEA, HAWAII

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-10-T-0009
 
Response Due
3/18/2010
 
Archive Date
5/17/2010
 
Point of Contact
Maria Buckner, 808-438-8583
 
E-Mail Address
USACE District, Honolulu
(maria.r.buckner@usace.army.mil)
 
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. 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/Request for Quote (RFQ) W9128A-10-T-0009; proposals are being requested in this combined synopsis/solicitation notice, a separate written solicitation will not be issued. This synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. This is an unrestricted RFQ under NAICS code 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The small business size standard is $7,000,000.00. All prospective offerors interested in submitting a quote/proposal must have a commercial and government entity code (www.ccr.gov) in Central Contractor Registration (CCR). THE CONTRACT WILL INCLUDE TWO LINE ITEMS AS FOLLOWS: Line Item 0001: One (1) lump sum unit of measure for FULLY MISSION CAPABALE (FMC) SERVICE (Contractor shall furnish necessary management, labor, supervision, materials, equipment, transportation, and other incidental services to perform service in accordance with the below Scope of Work entitled, Fully Mission Capable (FMC) Service for 46 Generators, FEMA Distribution Center Pacific - Hawaii, Aiea, Hawaii, dated 1 March 2010) Line Item 0002: One (1) lump sum unit of measure of Not-to-Exceed (NTE) $23,000.00 for ADDITIONAL GENERATOR REPAIRS ($500.00 PER GENERATOR) (Contractor shall furnish necessary management, labor, supervision, materials, equipment, transportation, and other incidental services to perform service in accordance with the attached Scope of Work entitled Fully Mission Capable (FMC) Service for 46 Generators, FEMA Distribution Center Pacific - Hawaii, Aiea, Hawaii, dated 1 March 2010.) This is a firm-fixed price commercial service with incidental supplies for Fully Mission Capable Service of forty-six generators at the FEMA Distribution Center Pacific Hawaii located in Aiea, Hawaii. In response to a Tsunami that occurred on 29 September 2009, forty-six (46) generators were used in Federal Emergency Management Agency (FEMA) support to restore power to critical facilities in American Samoa. All generators have been shipped back to Hawaii and are presently in the FEMA Distribution Center Pacific-Hawaii located at 99-1269 Iwaena Street, Aiea, HI 96701 awaiting FMC service. The performance period is twenty-one (21) days from date of award. See attached Scope of Work document (W9128A10T0009SOW.pdf) for detailed requirements. The Lowest Price Technically Acceptable evaluation criteria will be used for this requirement. The Government intends to award without negotiation. The full text of provisions and clauses incorporated herein may be accessed electronically at the following sites: http://farsite.hill.af.mil/VFFARa.htm, http://www.acq.osd.mil/dp/dars/dfars/dfars.html, and http://www.hq.usace.army.mil/cepr/asp/acquisition/efars.asp. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement for Equivalent Rates for Federal Hires; FAR Clauses Incorporated By Reference are 52.203-3, Gratuities; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.214-34, Submission of Offers In The English Language; 52.214-35, Submission Of Offers In U.S. Currency; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 52.247-55, F.O.B. Point of Delivery of Government Furnished Property; 52.253-1 Computer Generated Forms; DFARS clauses Incorporated By Reference are 252.201-7000, Contracting Officers Representative; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt. A, Central Contractor Registration (52.204-7) and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (a) 52.203-3, Gratuities; 252.232-7003 Electronic Submission of Payment Requests; 252.225-7001 and 252.247-7023 Transportation of Supplies by Sea ALT III. 252.209-70001 Buy American Act And Balance of Payments Program; 252.225-7002 Qualifying Country Sources As Subcontractors; 252.225-7012 Preference For Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests and Receiving; 252.232-7010 Levies on Contract Payments; 252.239-7001, Information Assurance Contractor Training and Certification; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification Of Transportation Of Supplies By Sea; FAR Clauses Incorporated By Full Text are as follows: FAR 52.204-5, Women-Owned Business (Other Than Small Business); 52.209-5, Certification Regarding Responsibility Matters; 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns; 52.219-28, Post-Award Small Business Program Representation; 52.233-2, Service of Protest; 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions;52.252-6, Authorized Deviations in Clauses; 252-204-7006, Billing Instructions; 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dev). Local Statements Incorporated in Full Text are as follows: S-19A U.S. Army Corps of Engineers Safety and Health Requirements, Manual, EM 385-1-1; S-19 Safety Standards; S-36.30, Required Insurance; S-36.33, Notification to Offerors Access to Military Installations; S-36.34, Vehicle Registration; S-4, Cost Breakdown; S-4.1, Joint Venture Offerors; and S-7, Identification of Partners. U.S. Department of Labor Wage Determination(s)/Decision(s) 2005-2153 Rev (12) is/are incorporated into this solicitation and shall be applicable to any resultant contract and can be retrieved at http://www.wdol.gov/. In accordance with 252.232-7003, payment requests are required to be submitted in electronic form through Wide Area WorkFlow; contractors are referred to the web site of Wide Area WorkFlow-Receipt and Acceptance https://wawf.eb.mil for more information. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number and Tax Identification Number. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Quotes and/or questions regarding this solicitation shall be submitted via email to Ms. Maria Buckner at maria.r.buckner@usace.army.mil no later than 2:00 p.m. Hawaiian Standard Time on 18 March 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-10-T-0009/listing.html)
 
Place of Performance
Address: FEMA DISTRIBUTION CENTER - HAWAII 99-1269 IWAENA STREET AIEA HI
Zip Code: 96701
 
Record
SN02081474-W 20100305/100303234519-eee8b5d3d65596407cabb3554b8b8766 (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.