Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2010 FBO #3024
SOLICITATION NOTICE

J -- PACKAGE CONVEYOR REFURBISHMENT

Notice Date
3/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0145
 
Response Due
3/12/2010
 
Archive Date
4/12/2010
 
Point of Contact
Juana Perez 619-532-2556
 
E-Mail Address
PACKAGE CONVEYOR REFURBISHMENT
(juana.perez@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-10-T-0145. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: ww.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 238290 and the Small Business Standard is $13.0. The proposed contract is 100% set aside for small business concerns. FISC San Diego requests responses from qualified sources capable of providing service: CLIN 0001 Equipment Maintenance for Refurbishment of Package Conveyor Specifications:Name plate date as follows: Manufacture: Dormont Allen Conveyor Company Cicero, Illinois Model: 60PBC-I33-42 Manufactured: 4/30/86 Capacity: 50LBS per foot Belt Speed: 50 FPM and 100FPM Motor: 10 Hp 220/440 volt;60 HZ AC 3 PH Tires: Toyo B-28, 1000-20x14 Ply, Tube type, 8 Ply Tread, 6 Ply side wall.Drive: 7300 Overall length and width: 62 ft X 6 ft. 1) The conveyor will be available up on award of the contract based on availability of conveyors in accordance with Port Operations Operational commitments. 2) Contractor shall:.Block and clean entire conveyors..Inspect and conduct all required repairs. 3) Scaffold and shrink wrap the conveyor to meet all environment requirements. 4) The contractor shall refurbish the Portable Electric Package Conveyor to the following specifications: - Remove, repair/rewind and/or replace electric drive motor. - Inspect, test and repair conveyor electrical control panel as required. - Remove and replace with new conveyor belt. - Replace damaged/seized conveyor roller bearings (estimated 35% of bearings require replacement) - Remove any excess corrosion and preserve mainframe of the conveyor. - Inspect and repair all damaged structural components and replace severely worn tires with a like quality tire. - Inspect repair and/or replace any broken or failed parts that supports the electrical system to include the 220/440V selector switch and key. - Repair and replace all electrical wiring and lighting/reflector systems as required. - Upon completion of refurbishment apply two (2) coats of commercially acceptable base paint system. - Apply two coats of navy haze gray top coating. - Operational test shall be conducted and witnessed by government rep at repair facility on both 440V high and low speed, forward and reverse. - Inspect, test and free up the base swivel ensuring it operates freely. - Final operational test shall be conducted delivery to NAVBASE COR facility to ensure the conveyor is in good working order. Responsibility and Inspection unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items52.212-2, Evaluation - Commercial Items52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items52.212-4, Contract Terms and Conditions - Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersAdditional contract terms and conditions applicable to this procurement are:DFARS 252.204-7003, Control of Government Personnel Work ProductDFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including:52.233-3 Protests After Award52.237-1 Site Visit52.237-2 Protection of Government Building, Equipment, and Vegetation52.243-1 Changes -Fixed Price52.246-1 Contractor Inspection Requirements52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form)52.252-2 Clauses incorporated by ReferenceDFARS 252.243-7001, Qualifying Country Sources as Subcontractors5252.232-9401 Invoicing and Payment (WAWF) InstructionsNDZ L-332 Unit PricesNDZ L-295 Performance Data Contractor SheetNDZ M -312 Evaluation of Offers Quoters must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will closes at 03:00 p.m. (PST) on 12 Mar 10. Contact Juana Perez who can be reached at 619-532-2556 or email juana.perez@navy.mil. Questions in response to this notice must be submitted via e-mail. All responsible sources may submit a quote which shall be considered by the agency. Proposals will be accepted via Fax (619) 532-2347, Attn: Juana Perez at (619) 532-2556 or e-mail juana.perez@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. NOTE: Site visit available on Monday 09 Mar 10 at 8:45 a.m. Contact Mr.Matt Lynch; he may be reached at 619-556-3136 e-mail: matthew.lynch@navy.mil or Alternative point of contact is Mr. Brian Lehmkuhler, Regional Program Manager, Port Operations. He may be reached at 619-556-6730 e-mail: brian.lehmkuhler@navy.mil. See Note: 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0145/listing.html)
 
Place of Performance
Address: Naval Base Coronado2004 Quay Rd., Coronado, CA
Zip Code: 92135
 
Record
SN02082618-W 20100306/100304234336-079534685bf0f58e149d4a95bd79c7fb (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.