Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
MODIFICATION

28 -- GE SPARE PARTS

Notice Date
2/13/2013
 
Notice Type
Modification/Amendment
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-13-T-0001
 
Response Due
3/14/2013
 
Archive Date
4/14/2013
 
Point of Contact
Holly Watson, 540-665-2592
 
E-Mail Address
USACE Middle East District
(holly.k.watson@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. (i) 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. (ii) The solicitation number is W912ER-13-T-0001 and the solicitation is issued as a Request for Proposal (RFQ). (iii) This solicitation document incorporates provisions and clauses that are currently in effect through Federal Acquisition Circular (FAC) 2005 - 65 January 29, 2013. (iv) The associated NAICS code for this acquisition is 333611 and small business size standard of 1,000 employees. This has been changed from the NAICS code 221122, which as listed in the pre-solicitation notice issued on October 22, 2012. There is no set aside for any small business category. (v) Proposals must be broken down and prices shown for each of the following Contract Line Item Numbers (CLINS): Item No. Description GE Part Number Quantity 1SERVO VALVE 311A5177P001 40 2SERVO VALVE 312A6077P001 40 3SERVO VALVE 312A6077P004 40 4 Servo Valve MOOG Model G771K616. Type H19F0FA4V14. Pp 3000 psi Px Sig - 7.20 to 8.80mA s/n 5587 311A5177P001 40 5X-FIRE TUBE 178C6049P002 100 6X-FIRE TUBE 178C6050P002 100 7BRG SEAL 239B9709G001 30 8BRG SEAL 114A3576G001 30 9BRG SEAL 164C2807G003 30 10Delivery (vi) Work to be completed under this contract will consist of providing General Electric (GE) brand-name, new non-refurbished spare parts for the GE Gas Turbines at the Mullah Abdullah Power Plant in Kirkuk, Iraq. Interested vendors must certify that all materials and parts in this procurement are genuine brand new, non-refurbished GE parts to meet the requirements. Vendors must also be authorized GE vendors and be able to provide proof of authorization from GE. The required spare parts can be found in Addendum A. (vii) Contract performance will be completed within 150 days after date of award. This includes approximately 60 days customs processing time in Iraq. FOB Destination is required of any potential vendor. (viii) The provision at 52.212-1, Instructions to Offerors- Commercial Items, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, is applicable to this solicitation. This Request for Proposals utilizes the Lowest Price Technically Acceptable (LPTA) method of contract award. The award will be made to the firm that offers the lowest price and is acceptable by meeting the requirements as outlined in section V and Addendum A. (x) The provision at 52.212-3, Offeror Representations and Certifications- Commercial Items, applies to this solicitation. The contractor must return a completed copy of this provision with its proposal or certify that it has current representations and certifications at the https://www.sam.gov/portal/public/SA M/ website. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xi) The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition. The following items under Clause 52.212-5 are considered checked and applicable to this acquisition: (1), 52.222-50, Combating Trafficking in Persons, Alternate I (1) 52.203-6, Restrictions on Subcontracting Sales to the Government with Alternate I. (4) 52 204-10, Reporting Executive Compensation and First-Tier Subcontracting Awards (b) (5) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (b) (24) 52.222-19, Child Labor Cooperation with Authorities and Remedies (b) (35) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (b) (36) 52.225-1, Buy American Act- Supplies (b) (39) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (xiii) THE FOLLOWING FAR PROVISIONS/ CLAUSES APPLY TO THIS ACQUISITION: 52.209-5, Certification Regarding Responsibility Matters; 52.211-6, Brand Name or Equal; 52.214-34, Submission of Offers in the English Language; 52.214-35, Submission of Offers in U.S. Currency; 52.216-1, Type of Contract (Firm-Fixed Price); 52.228-3, Workers Compensation Insurance (Defense Base Act); 52.229-6 Taxes-Foreign Fixed-Price Contracts; 52.232-18, Availability of Funds; 52.233-2, Service of Protest; 52.242-13, Bankruptcy; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.253-1, Authorized Deviations in Clauses; THE FOLLOWING DFARS PROVISIONS AND CLAUSES APPLY TO THIS ACQUISITION: 252.201-7000, Contracting Officers Representative; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7011, Alternative Line Item Structure; 252.209-7001 Disclosure of Ownership or control by the government of a terrorist country; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.211-7001, Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications- Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition; the following items under this clause are considered checked and applicable to this acquisition: 52.203-3, Gratuities (1) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (b) (3) 252.205-7000, Provision of Information to Cooperative Agreement Holders (b) (6) (i) 252.225-7001, Buy American Act and Balance of Payments Program (b) (9) 252.225-7012, Preference for Certain Domestic Commodities (b) (21) 252.227-7015, Technical Data - Commercial Items (b) (26), Request for Equitable Adjustment (b) (29) 252.247-7023, Transportation of Supplies by Sea (b) (30) 252.247-7024, Notification of Transportation of Supplies by Sea; 252.228-7003, Capture and Detention; 252.232-7008, Assignment of Claims (Overseas); 252.232-7010, Levies on Contract Payments; Additional Local and Central Command (CENTCOM) provisions and clauses are included. (xiv) (N/A) (xv) PROPOSALS ARE DUE NO LATER THAN 14 MAR 2013, 1400 HRS (2:00 pm) EST. (xvi) PROPOSALS ARE TO BE EMAILED TO THE CONTRACT SPECIALIST AND TO THE CONTRACTING OFFICER MS. JEAN F. TODD. EMAIL: MR. RYAN K. GREGORY RYAN.K.GREGORY@USACE.ARMY.MIL. EMAIL: MS. HOLLY K. WATSON HOLLY.K.WATSON@USACE.ARMY.MIL EMAIL: MS.JEAN F. TODD JEAN.F.TOOD@USACE.ARMY.MIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-13-T-0001/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02987116-W 20130215/130213234639-61613f3b73262a395f2a311f54fe4adf (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.