Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
MODIFICATION

J -- SR4B Alternator Remanufacture - Amendment 2

Notice Date
11/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HEC, Ft. Belvoir, Attn: CEHEC-CT, 7701 Telegraph Road, Alexandria, Virginia, 22315-3860, United States
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-13-T-0001
 
Archive Date
12/11/2012
 
Point of Contact
Sarah Lugo, Phone: 7034287407, Jonathan Current, Phone: 7034286551
 
E-Mail Address
sarah.r.lugo@usace.army.mil, jonathan.j.current@usace.army.mil
(sarah.r.lugo@usace.army.mil, jonathan.j.current@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Data plate 4 Data plate 3 Data plate 2 Data plate 1 Solicitation Number: W912HQ-13-T-0001 - Request for Quote This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Reference number is W912HQ-13-T-0001 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. The requirement is set-aside for small business; the associated NAICS code is 811310 - Commercial and Industrial Machinery and Equipment (except automotive and electronic) Repair and Maintenance and the small business size standard is $7.0 M. See "Additional documentation" hyperlink to download a copy of the statement of work. Description: The work involved in this requirement is to remanufacture four Caterpillar SR4B alternators. Please see the attached Statement of Work for additional details. The award will be firm-fixed price. Contract Line Items: Line Quantity Unit of Measure Description 0001 4 EA Remanufacture of SR4B Alternators 0002 1 LS Manpower Reporting Date, Time and Place Offers are due: All questions must be submitted via email no later than Wednesday, 7 November 2012 to Jonathan Current at jonathan.j.current@usace.army.mil. The due date for the delivery of a response to this solicitation is on or before 11:00 a.m. EST, Mon, 26 November 2012. Quotes shall be emailed or mailed to Sarah Lugo : Sarah Lugo, Contract Specialist Address: US Army Humphreys Engineer Center Support Activity CECT-HC 7701 Telegraph Road, Alexandria, VA 22315 Phone: 703-428-7407 Email: sarah.r.lugo@usace.army.mil Period and Place of Performance: All alternators shall be picked up to begin repair no later than 5 business days after an award is made. The total period of performance is not to exceed one (1) month. Pickup and delivery of equipment must be arranged with the Delivery POC (will be shown in award) prior to pickup/delivery. Transportation should be arranged to the following location: Pickup/Delivery Address HHC 249th Engineer Battalion HMS ATTN: CEPP-BHM 1417 Jackson Loop Fort Belvoir, VA 22060 Basis for award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and technical capability considered. An award will be made on the basis of the lowest evaluated price of offers meeting or exceeding the acceptability for technical capability. The offeror shall provide with the offer sufficient documentation to enable the Government to reasonably evaluate the offeror's ability to successfully perform the requirements of the SOW. Successful past performance on a similar requirement may be used to demonstrate technical capability. The following provisions and clauses apply to this solicitation: FAR 52.204-99 -- System for Award Management (DEVIATION) FAR 52.212-1 -- Instructions to Offerors (and any addenda to the provision) FAR 52.212-2 -- Evaluation - Commercial Items. The following factors shall be used to evaluate quotes: FAR 52.212-3 Alt I -- Offeror Representations and Certifications-Commercial Items - The contractor shall fill out the Online Representation and Certification Application (ORCA) at www.sam.gov. FAR 52.212-4 -- Contract Terms and Conditions-Commercial Items (and any addenda to the clause) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Additional applicable FAR clauses include numbers 52.212-5(b): ( 4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards ( 8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (12) 52.219-6, Notice of Total Small Business Set-Aside (23) 52.219-28, Post Award Small Business Program Rerepresentation (26) 52.222-3, Convict Labor (28) 52.222-21, Prohibition of Segregated Facilities (29) 52.222-26, Equal Opportunity (31) 52.222-36, Affirmative Action for Workers with Disabilities (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (42) 52.225-13, Restrictions on Certain Foreign Purchases (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration Additional applicable FAR clauses include number 52.212-5(c): ( 1) 52.222-41, Service Contract Act of 1965 ( 2) 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil or www.acquisition.gov/far DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Additional applicable DFARS clauses include numbers 252.212-7001(b): (1) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (20) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (26) 252.247-7023, Transportation of Supplies by Sea Additional Information: -Offerors must be actively registered with System for Award Management (SAM) at www.sam.gov. -WD 05-2103 (Rev.-12) dated 6/19/2012 is applicable to this requirement. The Wage Determination, in its entirety, may be found at www.wdol.gov. -Contractor Manpower Reporting, Line 0002, is required for this award: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including subcontractor); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (10) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language, and, (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-11-08 13:50:40">Nov 08, 2012 1:50 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-11-20 13:30:37">Nov 20, 2012 1:30 pm Track Changes The purpose of amendment 0005 is to post pictures of the data plates and clarify that there are four (4) alternators that need to be remanufactured - the generators do not need to be remanufactured, only the alternators. Responses are extended until Monday, 26 November 2012 at 11:00 a.m. EST. The purpose of amendment 0004 is to extend the response date to Wednesday, 21 November 2012 at 11:00 a.m. EST. The purpose of amendment 0003 was to provide serial numbers for the alternators: 62W02274 62W02270 62W02142 62W02153 The purpose of amendment 0002 was to extend the response date to Friday, 16 November 2012 at 11:00 a.m. EST. The purpose of amendment 0001 was to upload questions and answers pertaining to the solicitation. Please see the Questions_and_Answers document attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-13-T-0001/listing.html)
 
Record
SN02934854-W 20121122/121120234830-afa7b48f8f4d567e926e9918939be9a8 (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.