Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

61 -- GENERATOR REPAIR SERVICE

Notice Date
5/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0147
 
Response Due
5/27/2011
 
Archive Date
5/30/2011
 
Point of Contact
HAROLD GRAY 910-451-1724 LISA WILLIAMS 910-451-1535
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for CUMMINS GENERATOR REPAIR prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication; quotes are being requested and a written solicitation will not be issued. All responsible sources may submit a response, which if timely received must be considered by the agency. The solicitation number M6700111Q0147 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 and DFAR Change Notice 20110506. This proposed acquisition is a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this requirement is 811310 and the small business size standard is $7M. This solicitation is for Brand Name or Equal items. The Government intends to issue a single award to the lowest price technically acceptable offeror. Cummins Generator Repair CLINN 0001: Generator Repair (Engine S/N# J080215822), PERFORMANCE AND FUNCTIONS REQUIRED: PM SERVICE, REPLACE AIR FILTER TURBO DRAIN TUBE AND TRAILOR LANDING GEAR. CLINN 0002: Generator Repair (Engine S/N# J080216338), PERFORMANCE AND FUNCTIONS REQUIRED: PM SERVICE, REPLACE AIR FILTER TURBO DRAIN TUBE AND TRAILOR LANDING GEAR. CLINN 0003: Generator Repair (Engine S/N# J080216340), PERFORMANCE AND FUNCTIONS REQUIRED: PM SERVICE, REPLACE AIR FILTER TURBO DRAIN TUBE AND TRAILOR LANDING GEAR. CLINN 0004: Generator Repair (Engine S/N# J080215973), PERFORMANCE AND FUNCTIONS REQUIRED: PM SERVICE, REPLACE AIR FILTER TURBO DRAIN TUBE AND TRAILOR LANDING GEAR. CLINN 0005: Generator Repair (Engine S/N# J080215975), PERFORMANCE AND FUNCTIONS REQUIRED: PM SERVICE, REPLACE AIR FILTER TURBO DRAIN TUBE AND TRAILOR LANDING GEAR. CLINN 0006: Generator Repair (Engine S/N# J08025823), PERFORMANCE AND FUNCTIONS REQUIRED: PM SERVICE,, REPLACE AIR FILTER TURBO DRAIN TUBE, UNIT HAS COLD WATER LEAK, BATTERY DISCONNECT SWITCH, AND GENERATOR ENCLOSURE. CLINN 0007: Generator Repair (Engine S/N# J080215976), PERFORMANCE AND FUNCTIONS REQUIRED: PM SERVICE, REPLACE AIR FILTER TURBO DRAIN TUBE AND TRAILOR LANDING GEAR. CLINN 0008: Generator Repair (Engine S/N# J080216337), PERFORMANCE AND FUNCTIONS REQUIRED: PM SERVICE, REPLACE AIR FILTER TURBO DRAIN TUBE AND TRAILOR LANDING GEAR. CLINN 0009: Generator Repair (Engine S/N# J08021), PERFORMANCE AND FUNCTIONS REQUIRED: PM SERVICE, REPLACE AIR FILTER TURBO DRAIN TUBE AND TRAILOR LANDING GEAR. CLINN 0010: Generator Repair (Engine S/N# J080215974), PERFORMANCE AND FUNCTIONS REQUIRED: PM SERVICE, REPLACE AIR FILTER TURBO DRAIN TUBE AND TRAILOR LANDING GEAR, CHECK FOR NO START CONDITION. See Attachment 1: Statement of Work for requirements details. Period of performance (POP): The contractor shall provide a proposed performance schedule (not to exceed (NTE) 5 business days). This is in support of 24th Marine Experdition Unit Command Element, Camp Lejeune, North Carolina 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.211-17 Delivery of Excess Quantities; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications- Commercial Items; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.247-34 F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; www.farsite.hill.af.mil. Applicable clauses cited in FAR 52.212-5 are: FAR 52.204-10 Reporting Subcontract Award; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post-Award Small Buisness Program Rerepresentation; 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 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Hires; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52-232-33 Payment by Electronic Fund Transfer; DFARS 252.203-7002 Regulations To Inform Employees of Whistle Blower Rights Acquisitions of Commercial Items; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 AltA 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; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications. Applicable clauses cited in DFARS 252.212-7001: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officals; and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quoters are to include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items with their quote. Quoter shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offerer has not completed the annual representations and certifications electronically at the ORCA website, the offerer shall complete only paragraphs (b) through (i) of this provision. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Offeror is required to provide their Federal Tax ID Number, Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for the name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters shall be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1 and complete clause FAR 52.212-3 (ORCA). This solicitation is for brand name or equal items. An award will be made to the offer who provides the quote that represents the lowest price technically acceptable (LPTA). The closing date for this solicitation is 27 May 2011 at 16:00 (4:00 PM) EST. Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote, certificates, and questions to harold.gray@usmc.mil or fax to (910) 451-2247.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0147/listing.html)
 
Record
SN02452752-W 20110521/110519235059-6377ead89f1ac484402bf84c439453f9 (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.