Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

J -- Assateague National Seashore Loader Axle Repair

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - Central MABO 200 Chestnut Street Philadelphia PA 19106
 
ZIP Code
19106
 
Solicitation Number
Q4190100094
 
Response Due
9/15/2010
 
Archive Date
9/8/2011
 
Point of Contact
Jason I. Pratt Contract Specialist Jason_pratt@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
1.Product/Service Classification Code:3805- Construction EquipmentJ038- Repair and Maintenance of Construction Equipment 2. NAICS Code: 333120- Construction Equipment Machinery Manufacturing811310- Construction Machinery and Equipment Repair and Maintenance 3. Solicitation Number: Q4190100094 4. Notice Type: Combined Synopsis/Solicitation 5. Synopsis: This announcement is a combined synopsis and solicitation for commercial items prepared in accordance with the format specified in FAR Subpart 12.603 "Streamlined solicitation for commercial items". Quotations are being requested in response to this notice, and announcement constitutes the only solicitation, as a formal solicitation will not be issued. 6. This is a Request for Quotation (RFQ):This solicitation document and its incorporated provisions and clauses are consistent with those specified in Federal Acquisition Circular (FAC) 2005-40. 7. This action is being set aside for small business participation, so certified small businesses need only submit proposals. 8. Bid Schedule/Statement of Work: a.Parts Contractor will provide the proposed parts listed below, including any other ancillary parts, components and consumables, necessary for the repair of the Loader axle. The parts below are provided only for the purposes of reference, including references to John Deere part numbers. In no event shall this be construed as requiring the use of John Deere parts, or as an exhaustive list of the parts necessary for the completion of the axle repair. It shall be the Contractor's responsibility to list and account for all parts necessary for the repair and include this in their quote. The proposed parts listing is as follows: *John Deere part numbers are provided for the sake of reference and are not a requirement of the job. Any parts used that allow for the successful completion of the axle repair will be acceptable, including John Deere parts or the parts of any other manufacturer. QUANTITY *DESCRIPTION 2 R133719 THRUST WASHER 4 R70113 THRUST WASHER 104 R70115 NEEDLE ROLL 4 R70112 THRUST WASHER 8 R134016 CLUTCH PLK 9 RE69025 BRAKE DISK 1 RE68730 BEARING 1 R133725 WASHER 1 YZ120622 ORING 1 YZ120623 ORING 1 R133328 WASHER 1 JD9148 BEARING CUP 1 JD9093 BEARING CONE 6 R134720 SHIM 6 R134721 SHIM 6 R134722 SHIM 1 AT220925 FILTER SCREEN 1 R26375 ORING 1 38H1005 ELBOW FITTING 3 R133369 ORIING 4 RE46684 PLUG 1 R26286 ORING 1 T44604 ORING 1 R132113 SLEEVE 1 400RBALL 1 R42849 BALL 1 R161397 CASE400LBS 1 15H558 PLUG b.Repair Services In addition to the acquisition of parts related to the Loader axle repair, Contractor shall also be responsible for providing labor for the repair of the axle such that axle operated to published specifications. The work shall include, but not necessarily be limited to, reconditioning the differential and both axles, removing and replacing the axle pump, sponge gunning all lines, and flushing the axle circulation cooler. Following bid award, the Park will deliver the aforementioned axle to the Contractor detached from the Loader for repair. Contractor will perform the repair services within thirty (30) days of such delivery. Once completed, the Park will pick up the repaired axle and be responsible for installing it on the Loader. Following the install, Contractor hereby warrants the workmanship of the axle repair for ninety (90) days following its completion, and will perform any follow up services as needed to assure the appropriate functioning of the axle to specification without additional charge to the Government. Contractor will not be responsible for issues that arise directly from the installation of the axle by the Government following repair. Contractor will be responsible for any damage or destruction to government furnished property caused by the acts omissions of Contractor while such items are in the possession of Contractor. Contractor will also be responsible for any damage to the Loader that results from Contractor's negligent provision of repair services, more specifically, providing a repaired axle which is not capable of operating to specification. To the extent Contractor desires to review the axle prior to quotation, Contractor is encouraged to contact Ish Ennis at the Park to arrange such a site visit. c.Points of Contact Contracting Officer's Technical Representative (COTR) and Onsite Representative: Ish EnnisNational Park Service7206 National Seashore Lane Berlin, MD 21811E-mail: ish_ennis@nps.govTelephone: (757) 824-0918Fax: (757) 641-1099 Contracting Office Contact: Jason PrattNational Park ServiceCentral MABO- Northeast Regional Office200 Chestnut StreetPhiladelphia, PA 19106E-mail: jason_pratt@nps.gov Telephone: (215) 597-6471Fax: (215) 597-5747 d. Period of Performance The repairs explained above shall be completed within thirty (30) days of the Park's delivery of the axle to Contractor for repair. 9. Incorporated Clauses: The following FAR provisions and clauses are incorporated by reference into this combined synopsis and solicitation: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). FAR 52.212-2 Evaluation Commercial Items (Jan 1999). FAR 52.212-3 (Aug 2009), Offerors Representatives and Certification-Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (Apr 2010), FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (Aug 2009)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (Mar 2007)(E.O.11246), FAR 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), FAR 52.225-1 Buy American Act-Supplies (Feb 2009), FAR 52.225-2 Buy American Act-Certificate (Feb 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (Jun 2008), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003). FAR 52.222-41 Service Contract Act of 1965 (Nov 2007), FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.253-1 Computer Generated Forms (JAN 1991). 10. Proposals:Offers may be submitted on company letterhead or stationary and must include the following information: (1) Company name, (2) complete contact information, (3) DUNS Number, (4) CAGE Code, (5) unit prices, (6) payment terms and discounts offered for prompt payment and (7) must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (Feb 2009) of which copies can be obtained by downloading the document from www.arnet.gov/far. When quoting, please refer to Solicitation Q4190100094. The point of contact is Jason Pratt, Contract Specialist, who can be reached at 215-597-6471 or via e-mail at jason_pratt@nps.gov. The closing date and time for receipt of quotes is Wednesday September 15 at 4 pm eastern standard time. Contractors may fax quotes to (215) 597-4757 or mail hard copies to the attention of Jason Pratt, Central MABO, Northeast Regional Office-National Park Service, 200 Chestnut Street, Philadelphia, PA 19106. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov/far. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. Should you have any questions, please contact Jason I. Pratt at 215-597-7671 or via e-mail at jason_pratt@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q4190100094/listing.html)
 
Place of Performance
Address: National Park ServiceAssateague Island National Seashore32346 Chincoteague Rd.Wallops Island, VA 23337
Zip Code: 23337
 
Record
SN02272888-W 20100910/100908235611-2f0e7748c952880a3aab1fe1361968de (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.