Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
SOLICITATION NOTICE

J -- Preventive Maintenance

Notice Date
5/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Fort Hood DOC, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-0010048743
 
Response Due
6/1/2011
 
Archive Date
7/31/2011
 
Point of Contact
Tamara Johnson-Trigg, 254-287-5475
 
E-Mail Address
Fort Hood DOC
(tamara.johnsontrigg@conus.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. The Mission and Installation Contracting Command-Hood, Fort Hood, Texas is soliciting for Preventive Maintenance for work to be performed on Altec bucket truck# 848, SER# 0100-U2389. This is a combined synopsis/solicitation for commercial items/service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being solicited and a written solicitation will not be issued. The solicitation number is W91151-00100048743 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective 2 August 2010. This procurement is 100% set aside for small business; the associated North American Industrial Classification System (NAICS) code for this procurement is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of $7M annual. The Government anticipates awarding a fixed-priced requirements type contract as a result of this solicitation. 1. DESCRIPTION OF REQUIREMENT: Work to be performed on Altec bucket truck # 848, SER# 0100-U2389, And Model # AN755 as follows: Replace all hoses in upper and lower booms; turntable and under truck; reseal all cylinders to include upper & lower boom cylinders; four outrigger cylinders; repair or replace hydraulic motors; including turntable; bucket tilt; test & replace holding valves; replace all pivot pins; bushings and bearings; reseal upper & lower control valves; replace unserviceable fiberglass covers; refill with proper nonconductive hydraulic oil; replace hydraulic filters; test & inspect as per OSHA regulation. The Contractor shall provide an hourly rate and the number of anticipated hours for all labor with quote as a separate item from parts needed to conduct repairs listed above. The repair facility MUST be within 175 miles from Fort Hood, TX. Contractor shall provide a Maintenance Schedule of the work to be performed with quote. GOVERNMENT WILL DELIVER AND PICK UP THE TRUCK TO AND FROM REPAIR FACILITY. 2. CONTRACTOR REPRESENTATIVE: Individual shall be available by telephone during normal business hours for coordination with the government of deliveries and performance issues. Should that individual be absent from work for more than one business day, the Contractor shall designate an alternate point of contact that will act in the same capacity at least 24 hours prior to the scheduled absence of the primary point of contact 3. INVOICES: The contractor shall provide an invoice for labor hours used directly to the Contracting Officer or authorized representative as an attachment to Wide Area Work Flow invoices(s) for review and verification prior to approval. The Government will inspect in accordance with the quality assurance methods described below. An official (electronic) invoice shall be submitted through Wide Area Workflow as described in DFARS Clause 252.232-7003. 4. QUALITY ASSURANCE: The Government will survey the Contractor's performance as identified below: The Contracting Officer (or designated representative) - a. will conduct a thorough visual inspection of all work done prior to pickup; b. will conduct random inspections of the truck. 5. PERIOD OF PERFORMANCE: The period of performance for this contract will begin within 30 days after award of contract and shall end in accordance with time specified in maintenance scheduled provided with quote. The place of acceptance is Fort Hood, Texas. 6. QUESTIONS PERIOD: Questions from prospective interested parties MUST be received No Later Than 1:30 PM CST on 25 May 2011 via email to the Point of Contact (POC) identified below. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (as tailored in the attached addenda). The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Any contract awarded as a result of this solicitation will be evaluated on the basis of price and price related factors. All bidders must be Central Contractor Registered (CCR) and have a current Online Representations and Certification Application (ORCA) on file to be eligible to receive an award. Instructions for completing the on line representations and certification requirement are available at http://www.bpn.gov. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition (as tailored in the attached addenda). The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition (as tailored in the attached addenda). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The clause at FAR 52.225-1, Buy American Act Supplies applies to this acquisition. The provision at FAR 52.215-6, Place of Performance applies to this acquisition. The clause at DFAR 252.217-7028 Over and Above Work The clause at DFAR 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings applies to this acquisition. A list of all applicable clauses is provided in the attached addenda. In addition to the standard FAR Part 12 clauses that govern commercial item acquisition, the attachment also includes clauses and provisions specific to requirements type contracts (FAR Part 16). The date and time set for receipt of quotes is 1 June 2011 at 1:30 p.m. CST. Quotes will be accepted via email ONLY to the point of contact identified below located at the Mission and Installation Contracting Command-Hood, 1001 761st Tank Battalion Avenue, Room W113, Fort Hood, TX 76544-5025. The point of contact for this acquisition is Tamara Johnson-Trigg, Contract Specialist. Mrs. Johnson-Trigg can be contacted by email at tamara.johnsontrigg@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6fca8c66b69d03358ecd2be3a12b7228)
 
Place of Performance
Address: Fort Hood DOC Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
 
Record
SN02444480-W 20110512/110510234956-6fca8c66b69d03358ecd2be3a12b7228 (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.