Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2003 FBO #0595
SOLICITATION NOTICE

J -- Refurbishment of Government-owned Crane Hydraulic Cylinders

Notice Date
7/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracts Department (Code 891-2) PO Drawer 43019 MCLC Albany GA 31704-0319
 
ZIP Code
31704-0319
 
Solicitation Number
M6700403Q0053
 
Response Due
8/20/2003
 
Archive Date
9/19/2003
 
Point of Contact
SSgt DJ Jones (229) 639-6787 SSgt DJ Jones, Contract Specialist or GySgt KM Mohead, Contracting Officer at (229) 639-6787 or 6734 respectively. Fax (229) 639-6791
 
Description
GySgt KM Mohead, Contracting Officer. This is a combined synopsis/solicitation for commercial supplies 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 and Defense Acquisition Circular 91-13. This action is unrestricted as to business size and has a NAICS code of 333923 with a size standard of 500 employees. This solicitation contains (2) CLINs with the purpose of issuing a firm fixed-price, one-year Requirements contract with four (4) one-year option periods. THE QUANTITIES STATED IN THE BELOW CLINS REPRESENT A TOTAL ESTIMATED QUANTITY ONLY. These estimates are not a representation of the quantities that will be required or ordered or a guarantee that the conditions affecting these requirements will be stable or normal. The Marine Corps Logistics Command, Albany, Georgia, has a requirement for the following items: CLIN 0001: Contractor shall rebuild 25 ton crane hydraulic cylinder kits in accordance with the following: 1. All work will be performed using applicable technical manuals and manufacturers service manuals. 2. Cylinders will have 2 different categories of repair, minor or major. Cost of rebuild will be based on level of repair. Informational SubCLIN 0001AA: Minor repair: disassemble, inspect, replace packing and seals, assemble and test. Informational SubCLIN 0001AB: Major repair: disassemble, inspect, repair and chrome shafts, replac e packing and seals, assemble and test. 3. Description of one set of cylinders for the 25-Ton crane: Telescope, lower cylinder, part #38R173, qty 1; Vertical, outrigger cylinder, part #38R216D1, qty 4; Telescope, upper cylinder, part #38R172, qty 1; Boom hoist cylinder, part #100P1137, qty 1; Horizontal, outrigger cylinder, part #38R217, qty 4; Steering cylinder, part #38R220, qty 2. 4. Work will be performed at the contractor?s site. Contractor will be responsible for pick up of the cylinders from the designated work area located at Marine Corps Logistics Command, Albany, GA, building 2200 and delivery at building 1331, door 10. The contractor will be responsible for furnishing all material including new seals and packing, tools, and test equipment. REPAIR CYCLE TIME WILL BE SEVEN CALENDAR DAYS WITH A MINIMUM PRODUCTION RATE OF ONE SET OF CYLINDERS A MONTH AND A MAXIMUM OF 5 SETS PER MONTH. The estimated maximum quantity for this line item is 100 cylinder sets per year. CLIN 0002: Contractor shall rebuild 7.5 ton crane hydraulic cylinder kits in accordance with the following: 1. All work will be performed using applicable technical manuals and manufacturers service manuals. 2. Cylinders will have 2 different categories of repair, minor or major. Cost of rebuild will be based on level of repair. Informational SubCLIN 0002AA: Minor repair: disassemble, inspect, replace packing and seals, assemble and test. Informational SubCLIN 0002AB: Major repair: disassemble, inspect, repair and chrome shafts, replace packing and seals, assemble and test. 3. Description of one set of cylinders for the 7.5 Ton crane: Axle lockout cylinder, part #709 1003, qty 2; Outrigger cylinder, part #709 1005, qty 4, Part #LOA C 6 D R1 will be replaced 100%; Steering cylinder, part #709 1002, qty 4; Boom hoist cylinder, part #709 1006, qty 1; Extended cylinder, part #709 1004, qty 1. 4. Work will be performed at the contractor?s site. Contractor will be responsible for pick up of the cylinders from the designated work area located at Marine Corps Logistics Command, Albany, GA, building 2200 and delivery at building 1331, door 10. The contractor will be responsible for furnishing all material including new seals and packing, tools, and test equipment. REPAIR CYCLE TIME WILL BE SEVEN CALENDAR DAYS WITH A MINIMUM PRODUCTION RATE OF ONE SET OF CYLINDERS A MONTH AND A MAXIMUM OF 5 SETS PER MONTH. The estimated maximum quantity for this item is 100 cylinder sets per year. Site visits are encouraged and may be arranged by contacting SSgt DJ Jones at (229) 639 6787 or via email at jonesdj@logcom.usmc.mil. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine best value to the Government: Price, Technically Acceptable, and Delivery. The following FAR Clauses/Provisions apply: 52.252-2, Solicitation Clauses Incorporated by Reference; 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3, Offeror Representations and Registrations ? Commercial Items; 52.212-4 Contract Terms and Conditions ? Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (incorporating: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of Segregated Faci lities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ? Cooperation with authorities and remedies; 52.225-1, Buy American Act ? Balance of payments program - supplies; 52.225-13, Restrictions on certain foreign purchases and; 52.232-33, Payment by electronic funds transfer - CCR); 52.243-1, Changes; 52.216-18, Ordering; 52.216-21, Requirements; 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 (incorporating: 252.205-7000, Provision of Information to Cooperative Agreement H olders); 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment; 252.232-7003, Electronic Submission of Payment Request. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation ? Commercial Items with their offer. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the r equired time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 20 August 2003, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Base, Albany, GA, Contracting Dept.
 
Record
SN00372093-W 20030717/030715214045 (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.