Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
MODIFICATION

39 -- Combined Synopsis/Solicitation Repair of Terex Super Stacker

Notice Date
6/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
A3W0003045720
 
Response Due
7/2/2013
 
Archive Date
8/25/2013
 
Point of Contact
Kevin Duffy, 717 267-8938
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(kevin.duffy4@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Combined Synopsis/Solicitation Repair of Terex Super Stacker This is a Request for Quotation (RFQ) and the RFQ number for this procurement is A3W000304527201. This announcement will be issued as a combined synopsis/solicitation. This solicitation is a 100% Small Business Set-Aside. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on lowest price. See Attachment I for the Performance Work Statement (PWS). The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-52. The North American Industry Classification System (NAICS) code is 333924. The SB size standard for this code is 750 Employees. Clin 0001- Labor; The contractor shall provide all personnel, equipment, tools, supervision, quality control and other items and non-personal services necessary to repair Terex Super Stacker. 1 EA. Clin 0002-Parts: All parts required to repair the Steering System of the Terex Super Stacker; not to exceed $3,600.00. 1 EA. (Do not Quote on this Clin). Clin 0003- Contractor Manhours Reporting. 1 EA Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to repair Terex Super Stacker at LEAD during normal working hours including onsite post repair testing. Repair work to begin within two (2) weeks of award; and completed within five (5) weeks. All services will be performed onsite at Letterkenny Army Depot, Chambersburg, PA 17201. All items shall be delivered to Letterkenny Army Depot, Chambersburg PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. A Site Visit is scheduled for June 17, 2013 at 9:00 A.M. Eastern Standard Time. All interested parties must schedule with LEAD, three (3) days in advance to participate. Please call Trudy Alleman, at 717 267-5874 or email her at trudy.o.alleman.civ@mail.mil if you wish to reserve space to participate. Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items at www.bpu.gov/orca FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.204-9 Personal Identity Verification of Contracting Personnel (SEPT 2007) FAR 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2008); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (APR 2011); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (MAR 2011); FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN2003); FAR 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2009); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246); FAR 52.222-41 Service Contract Act of 1965 (NOV 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); FAR 52.225-1 Buy American Act - Supplies (FEB 2009); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-34 F.O.B Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); DFARS 252.204-7004 Alternate A Central Contractor Registration (SEP 2007); DFARS 252.212-7001 (Dev) Contract Terms and Conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial Items (MAR 2011); DFARS 252.225-7000 Buy American Act and Balance of Payments Program (OCT 2011) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011); DFARS 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008)(10 U.S.C.); DFARS 252.232-7010 Levies on Contract Payments (Dec 2006); 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) DFARS 252.243-7001 Pricing Of Contract Modifications (Dec 1991); DFARS 252.247-7023 ALT III Transportation of Supplies by Sea (May 2002) Facsimile and email offers will be accepted. Point of contact for this solicitation is Kevin Duffy, 717-267-8938, FAX: 717-267-9834, e-mail kevin.a.duffy4.civ@mail.mil or Trudy Alleman 717 267-5874, email trudy.o.alleman.civ@mail.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF).. Response Time- Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 10:00 A.M. Eastern Daylight Standard Time on 02 July 2013. All quotes must be marked with RFQ number and title. Email quotes will be accepted. Attachment I PERFORMANCE WORK STATEMENT (PWS) REPAIR OF TEREX SUPER STACKER 1.0 General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to repair Terex Super Stacker, as defined in this PWS. The contractor shall perform to the standards in this contract. 1.2 Background: The Steering System is no longer working on the Terex Super Stacker. 1.3 Period of Performance (PoP): The Period of Performance shall be a one-time service. 1.4 General Information: The Contractor will come to the facility and repair the Steering System in the Terex Super Stacker. Possible problem with the load sense circuit on the steering pump/ valve, further information must be done to find exact problem. Remove the main valve body from the unit, disassemble and repair/ rebuild internal valving. Install all issues and test the system. Then the Super Stacker will be utilized to make sure it is in proper working condition once Steering System is fixed. Everything will take place within normal working hours. 1.4.1 Recognized Holidays/Weekends: The following are recognized US holidays. The contractor shall not perform services on these days: 1.4.1.4 Memorial Day: Last Monday in May 1.4.1.5 Independence Day: July 4th 1.4.1.6 Weekend Work 1.4.2 Place and Performance of Services: All work will be done at Letterkenny Army Depot. The Super Stacker is located at Dock N4C in the Ammo LEMC area. 2.1 General: The contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1. 3.0 Requirements: The contractor shall: 3.1 Parts: All parts and material will be furnished by the Contractor for the repair of the Terex Super Stacker. All materials used in the repair will be cleaned up and taken with them once the job is complete. No material will be left to clean up. 3.2 Work will be performed at the Letterkenny Army Depot. 3.3 Contractor Manpower Reporting (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall 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, KO, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) 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); (11) 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 shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall 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. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0d3179a68cbe037b1d21d0c8667cec04)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN03100388-W 20130628/130626235308-0d3179a68cbe037b1d21d0c8667cec04 (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.