Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
MODIFICATION

28 -- CAT Engines

Notice Date
7/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
336312 — Gasoline Engine and Engine Parts Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-12-R-7005
 
Archive Date
8/4/2012
 
Point of Contact
Aninze Awanna, Phone: 757-763-4407, LaVerne L Whitfield, Phone: 757-763-4430
 
E-Mail Address
aninze.awanna@navsoc.socom.mil, arethalia.whitfield@navsoc.socom.mil
(aninze.awanna@navsoc.socom.mil, arethalia.whitfield@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation H92242-12-R-7005 for the Naval Special Warfare Group Four, Naval Amphibious Base, Little Creek, Norfolk, VA (NSWG4). NSWG4 intends to award a Firm Fixed Price (FFP) contract to a contractor to provide Caterpillar 3126 brand engines and ZF Marine brand gear in accordance with the Statement of Work (SOW). Item 0001: (6) Six each, 3126 Caterpillar DITA, in-line 6 cylinder diesel engines (in accordance with the SOW) Item 0002: (6) Six each, ZF IRM 301 PL with ratio 1.408:1 (in accordance with the SOW) Delivery: Contractor shall be located within 75 miles of either location to facilitate customer pick-up of the engines: SBT-20 or SBT-22 2220 Schofield Road 2603 Lower Gainsville Rd Virginia Beach, Va 23459 Stennis Space Center, MS 39529 All items provided shall be in accordance with the attached SOW. Only the name brand engines and tranmissions specified, and no other sources will satisfy the agency requirement under the applicable North American Industry Classification System (NAICS) codes 336350, 441310, 336399, 336350, and 336312. This is a limited source procurement under the authority of 10 U.S.C. 2304( c ) (5) and FAR 6.302-5. All authorized sources who feel they should be considered /qualified to provide the foregoing product may submit a proposal as directed in the following submission procedures. The following FAR and DFARS provisions and clauses are applicable to this procurement: 52.212-1 (Feb 2012), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Mar 2012), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.203-3 Gratuities (Oct 1998), 52.204-7 Central Contractor Registration (Feb 2012), 52.203-6 ALT 1 (Oct 1995), Restriction on Subcontractor Sales to the Government (Sep 2006), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) (Mar 2012). The following clauses are applicable to this solicitation: 52.222-26 Equal Opportunity (May 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (May 2008), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003,) 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Destination (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items (Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Mar 2012) (Deviation), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (Mar 2008), 252.225-7001 Buy American Act and balance of payments program Jun 2005), 252.243-7001 Pricing of Contract Modifications (Nov 2005) and 252.211-7003 Item Identification and Valuation (Jun 2011). Proposals shall include the price for each item number listed in this synopsis. All clauses will be incorporated by reference and/or full text in the subsequent contract award. All proposals shall be sent to the Contracting Officer, Ms. Aninze Awanna via email at, aninze.awanna@navsoc.socom.mil (757) 763-4407 not later than 4:00PM EST 07/20/2012. The Government will not accept questions up to the closing date of the solicitation to allow time for responses. Submission cut off date for questions is 09 JUly 2012 at 2:00 PM EST. Questions submitted after this date and time will not be responded to. Information furnished shall include enough detailed documentation to allow the government to perform a proper evaluation. This is a request for competitive proposals for name brand items. A separate solicitation will NOT be issued. All proposals will be evaluated based on the lowest price meeting the technical specifications in accordance with the requirements of the SOW. See attached SOW.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-12-R-7005/listing.html)
 
Place of Performance
Address: Naval Special Warfare Group FOUR, 2220 Schofield Road, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02802682-W 20120715/120713235424-d12869492d753239fb042593421511c5 (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.