Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2003 FBO #0478
SOLICITATION NOTICE

30 -- COMBINED SYNOPSIS/SOLICITATION - GENERATOR, NEW, TYPE: GENERAL MOTORS, ELECTRO MOTIVE DIVISION (EMD) AB21-24 OR EQUAL

Notice Date
3/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
TACOM - Anniston, Directorate of Contracting, ATTN: AMSTA-AN-CT, Building 221, 7 Frankford Avenue, Anniston, AL 36201-4199
 
ZIP Code
36201-4199
 
Solicitation Number
DAAE24-03-Q-0074
 
Archive Date
6/6/2003
 
Point of Contact
Linda Carlston, 256 235-4141
 
E-Mail Address
Email your questions to TACOM - Anniston, Directorate of Contracting
(carlstonl@anad.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes th e only solicitation; quotations are being requested and a written solicitation will not be issued. The combined Synopsis/Request for Quotation (RFQ) number is DAAE24-03-Q-0074. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 dated 1-27-2003. This procurement is Full and Open Competition. The North American Industry Classification System (NAICS) Code is 335312 with a size standard of 1000 employees. CLIN 0001: Description ? New (not remanufactured or rebuilt) Generator, Type: General Motors, Electro Motive Division (EMD) AB21-24 or EQUAL, 2400/4160 volt, 2500 KVA, 750 RPM, 50 HZ, Current 601/347 amps, 3 Phase, Power factor .8, INS Class: H for Stator; F for Rotor. Delive r quantity of ONE (1) each no later than 56 CALENDAR DAYS after date of award. Deliver to DGRC, 6233 ASPEN AVE, BUILDING 1701, HILL AFB, UT 84056-5908. Receiving hours for deliveries to Building 1701 at Hill Air Force Base: Monday ? Thursday, 6:30 a.m. ? 4:30 p.m. DGRC will be closed Fridays, Saturdays, Sundays, and Federal Holidays. Details of this order/contract should not be discussed with anyone other than the Contract Administrator whose name and telephone number are shown in the ADMINISTERED BY blo ck of the order/contract. If you receive any inquiry from any source other than as indicated above, contact us in writing or by telephoning the appropriate administrator at Anniston Army Depot. If the contract number is not noted on the shipping documen t or marked clearly on the box/package, it will be REJECTED. Award will be made to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, considering price and price related factors. SPECIAL ATTE NTION: Note FAR Clause 52.212-1(b)(4) relating to product information requirements. PACKAGING In accordance with ASTM Designation D 3951-90, Standard Practice for Commercial Packaging, material covered by this contract will be acceptable with supplier's off-the-shelf or over-the-counter packaging providing: (1) Cleanliness: Items shall be free of dirt and other contaminants which would contribute to deterioration of the item or which would require cleaning by the customer prior to use. Coatings and pr eservatives applied to the item for protection are not considered contaminants. (2) Preservation: Items susceptible to corrosion or deterioration shall be provided protection such as preservative coatings, volatile corrosion inhibitors, or desiccated uni t packs. (3) Cushioning: Items requiring protection from physical and mechanical damage or which are fragile in nature shall be protected by wrapping, cushioning, pack compartmentization, cartonizing, or other means to mitigate shock and vibration during handling and shipment. (4) The quantity per unit pack shall be the same as that used in commercial distribution or over-the-counter retail sales. (5) The individual items not unit-packed may either be packed in shipping containers or shall comply with t he regulations of the carrier used. (6) The exterior (shipping) containers shall contain a packing list or other documentation setting forth contents and shall be addressed as specified in the Ship To portion of this order. (7) Shipping Containers: The shipping container (including any necessary blocking, bracing, cushioning, and waterproofing) shall comply with the regulations of the carrier used and shall provide safe delivery to the destination. MARKING. Unless otherwise specified, exterior packs sha ll, as a minimum, be marked as follows by any means that provides legibility and durability: a. National Stock Number (NSN), Management Control Number (MCN), or Part Number. b. Noun. c. Quantity, unit, and unit of issue. d. Contract, Purchase Order, or Delivery Order number. e. n/a This is a Property Book Item. NOTE: When a discount is offered to the Government as consideration for expediting payment, request the face of the packing slip and invoice be annotated DISCOUNT OFFERED. THIS IS A COMMERCIAL ACQUISITION. FAR 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition. ADDENDUM TO 52.212-1c is changed as follows: Chang e 30 calendar days to 90 calendar days. The remainder of this paragraph remains the same. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. ADDENDUM TO FAR 52.212-4 (o), Warranty, is changed in it s entirety to read as follows: The Contractor agrees that the supplies or services furnished under this contract shall be covered by the most favorable commercial warranties the Contractor gives to any customer for such supplies or services and that the ri ghts and remedies provided herein are in addition to and do not limit any rights afforded to the Government by any other clause of this contract. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, to include clauses FAR 52.203-6, 52.219-4, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.223-9, 52.225-13, 52.232-33, and 52.232-36. Other applicable FAR clauses: 52.204-6, 52.222-1, 52.222-18, 52.222-22, 52.222-25. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies, including FAR 52.203-3, DFARS 252.225-7001, 2 52.225-7012, 252.225-7014, 252.225-7016, 252.243-7002, 252.247-7023, 252.247-7024. Other applicable DFARS clauses: 252.225-7000, 252.225-7002. This item is not a Recovered Materials Content Item as identifed by Environmental Protection Agency guideline s. SIGNATURE AUTHORITY (a) The individual signing this offer must have authority to bind the offeror to a contract. FAR 4.102(a) through (e) require that the contracting officer have specific evidence of the signer's authority to bind the offeror. This evidence of authority is a condition that must be met before the contracting officer can execute any contract resulting from this solicitation. (b) Offerors MUST PROVIDE evidence, appropriate to their business category, of the signer's authority to bind them on a contract. This evidence may be: (1) Furnished as an attachment to its offer; or (2) Identified in its offer by specific reference to an earlier offer submitted to this buying office within the past 12 months, where the signer's authority was co nfirmed by attachment to that offer; or (3) Furnished upon receipt of a specific request for the information from the contracting officer. (Note that, per FAR 52.214-12(b) and 52.215-13(b), agents signing on behalf of another offeror must provide evidence of their authority per (b)(1) or (2) above.) AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also pr otest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from f iling. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command, Office of Command Counsel, ATTN: AMCCC-PL, 5001 Eisenhower Ave, Alexandria, VA 22333-0001, Facsimile number (703) 617-4999/5680, Voice Number (703) 617-8176. The AMC-level protest procedures are found at: http://www.amc.army.mi l/amc/command_counsel/ protest/protest.html . If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. This order is rated DO under the Defense Priorities and Allocations System (DPAS). OFFERS ARE DUE NO LATER THAN 12:00 PM local time, 7 APR 03. Offerors MUST INCLUDE with offer a completed copy of FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items, AND a completed copy of DFARS 252.212-7000 Offeror Repre sentations and Certifications-Commercial Items. ELECTRONIC SUBMISSION OF OFFERS. All responses to this solicitation must be submitted in digitized format. Paper copy responses will not be accepted. You may submit your response to Anniston Army Depot (ANAD) using email (only to acqnet@anad.army.mil) or fax your offer to our fax modem at telephone number 256 235-4618. Offers submitted using any other means will not be accepted. If format is other than Microsoft Word, Microsoft Excel, Microsoft Access, Microsoft PowerPoint, or Portable Document Format (PDF), a reader must be provided. Offeror must insure its offer, in its entirety, reaches the Directorate of Contracting, Anniston Army Depot, before the time set for opening or closing of the solicitatio n. Any clauses or provisions of this solicitation which mention writing, returning, or submission of offer will mean electronic submission as stated in the paragraph above. Electronic offers must identify the solicitation and the opening/closing date, and include, as a minimum, the following: a. The Offer filled out and signed. b. All applicable fill-in provisions from the solicitation must be completed. c. Any other information required by the solicitation. Lateness rules are outlined in the solicitat ion. If you choose to password-protect access to your offer, you must provide the password to ANAD before the opening or closing date. Contact the buyer identified on the cover page of this solicitation to arrange a means of providing the password. Pas swords used only for the purpose of write protecting files need not be provided. Offerors shall make every effort to ensure that their offer is virus-free. Offers (or portions thereof) submitted which DO reflect the presence of a virus, or which are other wise rendered unreadable by damage in either physical or electronic transit, shall be treated as unreadable. See Federal Acquisition Regulation 14.406 or 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. Any bid bond required by this solicitation must be submitted with offer in the above mentioned electronic format. Also, the properly completed original bid bond must be furnished to the Directorate of Contracting, Anniston Army Depot, 7 Frankford Ave, Ann iston, AL 36201-4199, prior to the opening or closing of the solicitation. DISCLOSURE OF UNIT PRICE INFORMATION: This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Informat ion (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals. Requests for information concerning this solicitation should be made to Linda Carlston, Contract Specialist, (256) 235-4141, or email: carls tonl@anad.army.mil . FAR and DFARS Clauses can be obtained at the following website. http://farsite.hill.af.mil/VFFAR1.HTM
 
Place of Performance
Address: TACOM - Anniston, Directorate of Contracting ATTN: AMSTA-AN-CT, Building 221, 7 Frankford Avenue Anniston AL
Zip Code: 36201-4199
Country: US
 
Record
SN00285073-W 20030323/030321213516 (fbodaily.com)
 
Source
FedBizOpps.gov 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.