Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

38 -- Repairs - Mack Granite Dump Truck, U.S. Army Corps of Engineers, Vicksburg District, Vicksburg MS

Notice Date
3/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-10-T-0028
 
Response Due
4/7/2010
 
Archive Date
6/6/2010
 
Point of Contact
Robert Ellis Screws, 601-631-7527
 
E-Mail Address
USACE District, Vicksburg
(ellis.screws@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 W912EE-10-T-0028 is being issued as a Request for Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-37. THIS PROCUREMENT IS BEING COMPETED AS A 100% SMALL BUSINESS SET ASIDE. The NAICS code for this procurement is 423110; with a size standard of 100 Employees for a firm fixed price contract. This procurement may be quoted as follows: Line Item 0001, provide all plant, labor, equipment, materials, and supplies to perform repairs to a 2002 Mack Granite 16 yard dump truck, Model CV713, VIN 1M2AG11C42M001450; U.S. Army Corps of Engineers - Vicksburg District, Vicksburg, MS, Unit: Lump Sum. Lump Sum Price:$____________. Specifications: 1.0SCOPE OF WORK. The contractor shall provide all plant, labor, equipment, materials, and supplies to perform repairs to a 2002 Mack Granite 16 yard dump truck, Model CV713, VIN 1M2AG11C42M001450. Repairs are to correct damages sustained in a roll on side vehicle accident in 2009. All work shall be performed by an authorized Mack service center and all work will be performed in accordance with the manufacturers recommendations and specifications. The repairs shall consist of the following work: A.Repair or replace all damaged components of the vehicle to include but not limited to the cab, hood, fenders, exhaust, bumper, grill, safety glasses, cab interior, dump body, electrical and fuel systems, etc. B.Check frame for distortion and correct as needed. C.Inspect engine, cooling system, transmission, power train components, brake systems, pneumatic systems, hydraulic systems, climate control systems, safety devices, and all other on board operation functions and components. Demonstrate that all systems are functional. D.Check all lubricant and fluid levels on the vehicle and make up as needed. E.Test drive the vehicle to verify steering, braking, engine, drive train, and dump bed and components are working properly. The contractor shall contact the government contracting officer representative prior to performing additional work that will impose additional cost to the government. The contractor shall use only Mack OEM replacement parts, fluids, and lubricants. All work performed shall be of industry standard workmanship, in accordance with the specifications of the vehicle manufacturer, and shall meet or exceed the requirements for commercial vehicle road worthiness set forth by the Mississippi and Louisiana Department of Motor Vehicles. 2.0. Site Visit and Inspection. The vehicle will be available for inspection at the USACE Vicksburg Harbor Project, Building 4, 2449 Haining Road, Vicksburg, MS. 39180. Site visits may be arranged by contacting the contracting office, R. Ellis Screws at 601-631-7527 or ellis.screws@usace.army.mil to schedule times between the hours of 0800 and 1600 hours, Monday Friday. 3.0 Delivery. The Government will be responsible for delivery of the vehicle to the contractors facility up to the first 250 miles. The contractor will be responsible for any delivery greater than 250 miles. The Government will also be responsible for pick up and return of the vehicle, up to 250 miles, any return distance greater than 250 miles will be the contractors responsibility. 4.0 Warranty: The Contractor shall furnish the Government, the manufacturers standard commercial warranty for workmanship, labor and parts. Evaluation of Offers: All quotes submitted will be evaluated for Technical Capability. The government will issue award to the supplier whose quote is the lowest price of those determined to meet at least the minimum requirements for technical Capability Technical Capability for this acquisition is defined as The Ability to Perform the Scope of Work as defined, Sufficient & Satisfactory Prior Experience and Satisfactory Past Performance. Pre-Award Submittals; The offeror shall submit sufficient information to verify their ability to meet the requirements of this solicitation and allow the government to make a determination of their Technical Capability. 1. Ability to perform the scope work: The contractor shall provide sufficient documentation of their ability to perform the scope of work as specified as an authorized Mack Service Center in accordance with the manufacturers recommendations and specifications using only Mack OEM replacement parts, fluids, and lubricants. 2. Sufficient & Satisfactory Prior Experience: The contractor shall provide documentation of sufficient & satisfactory prior experience, performing work of a similar type, size, scope and complexity. 3. Satisfactory Past Performance: The contractor shall provide sufficient documentation of satisfactory past performance, performing work of a similar type, size, scope and complexity by providing references, including names and contact information, who can verify such past performance. Registrations; 1. CCR - CCR registration is necessary, if you are not registered in the Central Contractor Registration (CCR) database, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. 2. ORCA - Before a complete evaluation of your quote can be made offerors shall provide Offeror Representations and Certifications for their company. The preferred method for completing offeror representations and certifications is to register with the ORCA web site at https://orca.bpn.gov/login.aspx. Offerors not wishing to register online must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications with their quote package. The government intends to make a single award for one lump sum including the entire scope of the work described. Offers for less than the required scope of work will not be accepted. The Government intends to award without discussions (while reserving the right to hold discussions if determined advantageous to the Government), and offerors are encouraged to provide their best proposed pricing in their initial offer Quotes are due 07 April 2010 not later than 2:00 p.m. to U.S. Army Corps of Engineers, ATTN: R. Ellis Screws, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes/offers may be submitted electronically via email, providing that they are complete and provide all required information to: Ellis.Screws@usace.army.mil. For information concerning this solicitation, contact Ellis Screws at (601) 631-7527; E-mail: Ellis.Screws@usace.army.mil. The following FAR Clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration (Apr 2008); FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of this provision with this offer; FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (AUG 2009) - Alternate II (MAY 2009), and the following clauses cited within that clause: FAR 52.219-6 Notice of Total Small Business Set Aside (June 2003); FAR 52.219-28 Post Award Small Business Program Re-representation (Apr 2009); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; 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 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-10-T-0028 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-10-T-0028 The Bidder Inquiry Key is: 8P23W1-C1OGNZ Bidders/Offerors are encouraged to submit questions at least 5 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Special Notes to Bidders: "Offerors are responsible for reading all information contained in this solicitation and any attachments posted with it. "Offerors should check the Fed Biz Opps Web Site often for new solicitation and/or modifications to this solicitation. "Quotes are due 07 April 2010 by 2:00 PM at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. "Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. "Quotes must be clearly identified for Solicitation No W912EE-10-T-0028 to the Attn. of R. Ellis Screws, Vicksburg District Contracting Office.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-10-T-0028/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02100118-W 20100325/100323235714-275b9d409f6a3b23b58e1a04fd049505 (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.