Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2016 FBO #5258
MODIFICATION

J -- SERVICE REPAIR MOTOR/BRAKE ASSEMBLIES

Notice Date
4/14/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
11 Hap Arnold Blvd, Tobyhanna, PA 18466
 
ZIP Code
18466
 
Solicitation Number
600502BL
 
Response Due
4/11/2016
 
Archive Date
10/8/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: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.The solicitation number is 600502BL and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-04-11 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Special Shipping Instructions. The APG - Tobyhanna requires the following items, Brand Name or Equal, to the following: LI 001: SERVICE REPAIR/RETURN MOTOR/BRAKE ASSEMBLIES UNITS WILL BE SHIPPED TO VENDOR FOR REPAIR AND RETURNED BACK TO TOBYHANNA ARMY DEPOT, TOBYHANNA, PA 18466 EA - AZIMUTH BRAKE MOTOR 1 EA - AZIMUTH TACH MOTOR 1. Referenced Tach and Brake motor assemblies are to be evaluated for repair/overhaul to the requirements identified in paragraph 2 below. 2. Tach and Brake motor assemblies are not "beyond economical repair" are to be repaired/overhauled to meet the electrical and mechanical characteristics of Specification Control Drawing 6499-344999 Revision G, specifically sheet 1: notes 1-9 and 1-19 and sheet 4: Tables A, B, C and E, and notes 4-1 thru 4-5 as applicable. 3. Gearhead ratio of repaired/overhauled assembly must be same as received from U.S. Government. 4. Repair/overhaul should include: A. Replacement of all worn components (bearing, brushes, connectors,wiring, brake assembly, miscellaneous hardware, etc.) B. Machining of mechanical components as required. C. Rewinding of tachometer D. Re-magnetizing magnets and motor components whose fields have weakened due to age. E. Operational test that verifies conformance as to requirements of paragraph 2. 5. Each repaired/overhauled motor/tach and motor/brake assembly must function correctly and pass all tests when installed in its next higher assembly (Azimuth Drive Gear Box Assy 6499-344999) and tested on the Milstar Antenna Pedestal Automated Test Station (APATS) located at Tobyhanna Army Depot. Testing will be performed by TYAD personnel. 6. DELIVERABLES A. Fully repaired/overhauled motor/tach or motor/brake assemblies B. Evaluation report and test data for each motor/tach or motor/brake assembly C. Final test data that demonstrates compliance to performance characteristics referenced in paragraph 2. 7. Cost to evaluate should be broken out separately from cost to repair. THE AWARD WILL BE BASED ON THE BEST VALUE TO THE GOVERNMENT, CONSIDERING PRICE AND DELIVERY DATE., 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, APG - Tobyhanna intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. APG - Tobyhanna is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror 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, applies to this acquisition; 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 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. FAR CLAUSE 252.232-7003, FAR CLAUSE 252.232-7006
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/488c24807ce052665e90c88d6d707b4a)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN04084179-W 20160416/160414234526-488c24807ce052665e90c88d6d707b4a (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.