Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOLICITATION NOTICE

J -- Re-Build / Testing of GE MagnaBlast Circuit Breakers

Notice Date
4/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-10-Q-0031
 
Archive Date
5/18/2010
 
Point of Contact
deborah foster, Phone: 5405422687
 
E-Mail Address
deborah.foster@dhs.gov
(deborah.foster@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. HSFEMW-10-Q-0031, issued as a Request for Quotation (RFQ), is for the purchase of services for the complete re-build and testing of up to ten each GE MagnaBlast AM 4.16 1200 amp MV Circuit Breakers (reference General Electric's #GEH-2018E with MS-9 Mechanism for list of parts and schematics) for the Federal Emergency Management Agency (FEMA) Mt. Weather Emergency Operations Center (MWEOC), at Mt. Weather, VA 20135-2006. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-39, dated 03/19/10. This requirement is a small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 335313; small business size standard is 750 employees. The Government will make one simplified acquisition/commercial item, Time-and-Material award for the re-build and testing of up to ten circuit breakers from this solicitation. Re-built items are to be delivered to DHS/Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, which is also the place of inspection and acceptance. The Government desires delivery of each re-built circuit breaker within 30 days after receipt of the circuit breaker for repair. Proposed offers must provide only original equipment manufacturer products. BASIS OF AWARD: Selection will be made on a best value basis. As proposals become more equal in their technical ability, the evaluated cost or price becomes more important. The Technical Evaluation Factors are as follows: 1) Offerors should address and will be evaluated on their ability to obtain all of the original equipment manufacturers required parts. Offerors should include a typical replacement parts price list. (The awarded contractor will be reimbursed actual costs with submission of invoices accompanied by applicable documentation/receipts.) 2) Offerors should address and will be evaluated on their understanding of the rebuild and testing process for the rebuild of a GE MagnaBlast AM 4.16 1200 AMP, MS-9 Mechanism, Medium Voltage Circuit Breaker and must provide a detailed breakdown of their rebuild and testing process. In addition, the offeror must include the estimated number of labor hours anticipated for the re-build/testing of one circuit breaker (the number of hours provided will be an estimate for evaluation purposes only -- the Contractor will be paid for the actual number of hours worked). 3) Offerors should address and will be evaluated on their ability to complete the repair/rebuild process within a thirty-day period for each circuit breaker; 4) Offerors should address and will be evaluated on their ability to expedite the repair and return of a GE MagnaBlast circuit breaker in the shortest amount of time possible should FEMA have an emergency situation arise at any time during the repair/rebuild process. (The awarded contractor will be reimbursed actual return shipping costs to Mt. Weather, VA 20135-2006 with submission of invoices accompanied by applicable documentation/receipts.) 5) Offeror must provide past performance information (Identify three federal, state or local government contracts as well as any private/commercial contracts of similar scope, size, complexity that are ongoing or have been completed within the last three years. Include the following information for each contract: company name and address, name and telephone number of responsible individuals who have first hand knowledge of performance relative to the same type of services, description of the service, to include equipment specifications and description or repair/rebuild, dates of contract performance and total contract value). Offerors shall provide price information as a part of their response: The following format, or a similar format customized to the offeror's quote, may be used: 0001 Hourly Rate(s) (and applicable labor categories) $________________ FEMA FEMA plans to issue a single Purchase Order to fulfill this requirement. The order will contain Firm-Fixed Hourly Rates for Labor Hours and an estimated dollar amount for the time-and-materials needed for the re-building/testing of up to ten circuit breakers in a format similar to the following: CONTRACTOR TO PROVIDE LABOR HOURS AND MATERIALS FOR THE COMPLETE RE-BUILD AND TESTING OF UP TO TEN EACH FEMA-OWNED GE MAGNA BLAST AM 4.16 1200 AMP, MS-9 MECHANISM, MEDIUM VOLTAGE CIRCUIT BREAKERS. THE TOTAL AWARD AMOUNT WILL BE SHOWN AS A ONE LOT AMOUNT, HOWEVER, THE GOVERNMENT WILL PAY THE CONTRACTOR, UPON SUBMISSION OF A PROPER INVOICE, FOR SERVICES RECEIVED/ITEMS DELIVERED AND ACCEPTED IN ACCORDANCE WITH THE CONTRACTOR'S PRICE PROPOSAL. It is anticipated that the resulting award will be in accordance with the Service Contract Act, applicable to the contractor's county and state ( http://www.wdol.gov/sca.aspx#0 ). The period of performance will be one year from date of award. The provision at FAR 52.212-1, "Instructions to Offers-Commercial Items" applies to this acquisition. The provision at FAR 52.212-2, "Evaluation-Commercial Items" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52-212-3 "Offeror Representations and Certifications- Commercial Items" with their response or provide this information via the ORCA website ( http://orca.bpn.gov ). FAR Provision 52.216-31 applies to this solicitation. The following FAR clauses also apply: 52.212-4 Contract Terms and Conditions- Commercial Items; Alternate 1 (OCT 03); with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, and 52.246-6. HSAR clause 3052.209-70 "Prohibition on Contracts with Corporate Expatriates" also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at http://www.dhs.gov//interwebassetlibrary/DHS_HSAR_With-Notice_04-01.pdf. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Written responses to this RFQ are due by 8:00 a.m., EDST, 05/03/10 and may be e-mailed to deborah.foster@dhs.gov or faxed to Mrs. Foster at 540/542-2632. Mailed responses shall be addressed to FEMA, MWEOC, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Mrs. Deborah Foster. E-mailed and/or faxed responses are preferred. Offerors are reminded that award may only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. Technical and/or administrative questions must be e-mailed to deborah.foster@dhs.gov or faxed to Mrs. Foster at 540/542-2632 and received no later than 12:00 p.m., EDST, 04/22/10. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-10-Q-0031/listing.html)
 
Place of Performance
Address: Performance will be at the awarded contractor's facility., United States
 
Record
SN02126051-W 20100421/100419235027-2722df0094caebff4be09f2cd952f65b (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.