Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOLICITATION NOTICE

J -- Bulldozer Repair and Maintenance

Notice Date
3/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
177 FW/MSC, 400 Langley Road, Egg Harbor Township, NJ 08234-9500
 
ZIP Code
08234-9500
 
Solicitation Number
W912KN15T0007
 
Response Due
4/2/2015
 
Archive Date
5/25/2015
 
Point of Contact
Johanna Paz, 6097616097
 
E-Mail Address
177 FW/MSC
(johanna.paz@us.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The 177th Fighter Wing has a requirement for bulldozer repairs for equipment located at its Warren Grove Range located at MM 7.5 Route 539, Warren Grove NJ 08005. Vendor shall remove and install wiring harness for a Caterpillar Model D6T Dozer as stipulated in the attached project description. Please provide backup documentation if providing an alternate solution. Include how the solution will meet the specifications of requirement. The North American Classification System (NAICS) code for this acquisition is 811310-Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance: $7.5M. The vendor selected must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2-Evaluation-Commercial-Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items- the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, contract Terms and Conditions-Commercial Items; FAR 52.219-8- Utilization of Small Business Concerns; FAR 52.232-1, Payments; FAR 52.232-23, Assignment of Claims; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-4, Inspection of Services-Fixed Price; Solicitation Provisions Incorporated by Reference. The following clauses will be incorporated in full text for this acquisition: FAR 52.212-2, Evaluation-Commercial Items BASIS FOR AWARD: Best value, will apply to this acquisition); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2012); FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-2, Service of Protest (Sep 2006); FAR 52.252-4, 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). The following DFARS clause will be incorporated by reference: DFARS 252.232.7003-Electronic Submission of Payment Requests and Receiving Reports. The following DFARS clause will be incorporated in full text: DFARS 252.211-7003- Item Unique Identification and Valuation; DFARS 252.232-7006 Wide Area Work Flow Payment Instructions. It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All Federal Acquisition Regulation (FAR) Provisions and Clauses may be viewed in full text at the Table of Contents via the Internet at http://farsite.hill.af.mil/. All firms or individuals responding must be registered with the System for Award Management (SAM) and Wide Area Workflow (WAWF). Information concerning SAM and WAWF registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/. All proposals shall be FOB DESTINATION. The POC for this requirement is SMSgt. JoAnn Ferguson at 609-761-6096. Quotes must be submitted by email to 177FW.BCO@ang.af.mil. NLT 1000hrs Eastern Time on 02 April 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28-1/W912KN15T0007/listing.html)
 
Place of Performance
Address: 177 FW/MSC 400 Langley Road, Egg Harbor Township NJ
Zip Code: 08234-9500
 
Record
SN03680031-W 20150328/150326235229-feaabac1d908dfd6d263ec7a2c357f31 (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.