Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
MODIFICATION

38 -- Repair 80-ton Crane

Notice Date
2/4/2013
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-13-Q-0021
 
Response Due
2/8/2013
 
Archive Date
4/5/2013
 
Point of Contact
Jackie Primer, 1-901-544-3340
 
E-Mail Address
USACE District, Memphis
(jackie.primer@mvm02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
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 solicitation number is W912EQ-13-Q-0021 and is being issued as a Request for Quote (RFQ). This requirement was previously issued as W912EQ-13-Q-0016. Contractors that responded to the previous solicitation must re-submit their quote. This procurement is an UNRESTRICTED procurement. The associated NAICS code is 811310. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the following items to be delivered in accordance with specifications below: Scope of Work The U.S Army Engineer District Memphis has a requirement to repair a non-mission capable 80 ton rough terrain crane located at Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. Quick turnaround is necessary in order to meet mission requirements. Contractor shall furnish all parts, labor, equipment and materials necessary to restore crane to full mission capability. The work will be performed at Ensley Engineer Yard, 2915 River Port Rd. Memphis, Tennessee 38109. Normal business hours at Ensley Engineer Yard are 0700-1530 Monday through Friday. Contractor hours may be adjusted by coordinating with government personnel (TBD). Site visit will be held on Thursday, February 7 at 1:30 PM local time. Interested contractors shall attend the site visit in order to perform inspection of crane. Notification of intent to attend site visit is required and shall be sent via email to jackie.primer@usace.army.mil NLT 4:00 PM CST on Wednesday, February 6, 2013. In addition, questions will only be answered via email and must be forwarded to the same email address NLT Friday, February 8, 2013 at 1400 hours CST. Contractors shall submit proposals which include a detailed description of work to be performed, an itemized list of required parts & labor, and any other costs associated with completing repair of the crane. The Government will review past performance data utilizing Government databases to the maximum extent practicable. Contractors may be asked to submit additional past performance data. After commencement of work, the Government shall be notified of any parts found upon disassembly that will not meet reusability guidelines and any additional repairs not listed in original scope. Contractor shall wait for government approval before ordering any additional parts or performing any service outside of scope of work of the contract. The contractor shall furnish a warranty on parts and labor in accordance with industry standard, but shall not be less than one (1) year. Contractor shall be able to respond to warranty/repair issues within 24 hours of service call from Government. All work shall be completed and crane tested NLT Friday, February 25, 2013. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors--Commercial Items is applicable to this solicitation. FAR 52.212-3, Offeror Representation and Certifications--Commercial Items. FAR 52.212-4 - Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev); FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-51 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, and Repair of Certain Equipment-Requirements; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.217-6 Option for Increased Quantity; FAR 52.237-34-F.O.B. Destination FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items-FAR 252.225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; and FAR 252.225-7002-Qualifying Country Sources as Subcontractors. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by February 11, 2013 no later than 11:00AM CST at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-13-Q-0021 addressed to Jackie Primer, Phone (901) 544-33340, Fax (901) 544-3710, email: jackie.primer@usace.army.mil. Vendors not registered in the System for Award Management (SAM) prior to award will need to be registered before the first invoice is submitted. Vendors may register in SAM online at www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-13-Q-0021/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN02979052-W 20130206/130204234235-1c7b66cd6dfe373a80ecbfbc8b486b0c (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.