Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2003 FBO #0684
SOLICITATION NOTICE

28 -- Reconditioned Engine Crankshafts, 30 EACH

Notice Date
10/10/2003
 
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
W911KF04Q0001
 
Response Due
10/17/2003
 
Archive Date
12/16/2003
 
Point of Contact
DOROTHY DUTTON, 256-235-6240
 
E-Mail Address
Email your questions to TACOM - Anniston, Directorate of Contracting
(duttond@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; quotes are being requested and a written solicitation WILL NOT be issued. This procurement is 100% Small Business Set-Aside. The Solicitation number is W911KF-04-Q-0001 and this procurement is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16 DATED 10-1-2003. The North American Industry Classification System (NAICS) code is 336312 and the small business si ze standard is 750 employees. This will be a firm fixed price contract. The bid schedule is as follows: Line item 0001 Crankshaft Engine, 1790 Engine Series, Condition Code F $___________ (EA) x 30 each = Total of $____________. Quote MUST include u nit price and total. SPECIFICATION: LINE ITEM 0001 Crankshaft Engine, 1790 Series, Condition F (NSN: 2815-00-679-4970). Part Number 8682734. Crankshaft must be reclaimable to DMWR 9-2815-220 Standards. Non-repairable crankshafts must be replaced with acceptable crankshafts. SPECIAL NOTES: Note #1: Crankshafts that are received at Anniston Army Depot must meet the standards contained in the reference Depot Maintenance Work Requirement (DMWR) 9-2815-220. Upon receipt of the crankshafts the Government will conduct Performance and Quality Testing in accordance with the DMWR. The Government will return for replacement any crankshaft which does not meet the said Standards. Contractor shall provide replacement to Anniston Army Depot within two (2) weeks after receipt of returned crankshaft. Note #2: Ship-to Address FOB Destination: Anniston Army Depot, Attn: AMSTA-AN-MNIMI, Greg Thrower (Bldg 130), 7 Frankford Avenue, Anniston, AL 36201-4199 Note #3: Please mail (1) copy of invoice directly to: Anniston Army Depot, Attn: AMSTA-AN-CTPC, Dorothy Dutton (Bldg 221), 7 Frankford Avenue, Anniston, AL 36201-4199 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: Change 30 calendar days to 60 calendar days. Quote on company letterhead shall be signe d (binding your company to Anniston Army Depot's terms and conditions) and dated and shall contain the following: solicitation number, terms of any express warranty, Contractor Central Register (CCR) number, Dun and Bradstreet (DUNS) number, Tax Identific ation Number. Offerors MUST INCLUDE WITH OFFER completed copy of the provision at FAR 52.212-3 Alt I and Defense Federal Acquisition Regulation Supplement (DFARS) 52.212-7000, Offeror Representations and Certifications--Commercial Items. The clause at F AR 52.212-4, Contract Terms and Conditions ?????? Commercial Items, applies to this acquisition. ADDENDUM to 52.212-4(o) is changed as follows: Delete: The contractor warrants and implies that the items delivered hereunder are merchantable and fit for us e for the particular purpose described in this contract. Add: The contractor shall offer the Government at least the same warranty terms, including extended warranties offered to the general public in customary commercial practice. The warranty, as a mi nimum, shall include all parts, labor, freight associated with coverage, travel expense, per diem, lodging, and all other cost associated with repair of equipment. Offeror can obtain the representations and certifications via http://www.procnet.anad.army. mil, Local Links, Reference Library, #22 FAR and #13 DFARS. EVALUATION/AWARD: Award will be made to the responsible offeror whose quote, conforming to the solicitation, will be most advantageous to the Government, considering price and price related fact ors. DELIVERY SCHEDULE: First 15 to be delivered within 60 CALENDAR DAYS after contract award. Balance of 15 to be delivered within 60 CALENDAR DAYS AFTER RECEIPT OF THE FIRST DELIVERY. PARTIAL DELIVERIES WILL BE ACCEPTED. The clause at FAR 52.212-5, Contract Terms and Conditions Required t o Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, to include clauses FAR 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.225-13, 52.23 2-33, 52.232-36. Other applicable FAR and DFAR clauses: 52.204-6, 52.222-1. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies, including FA R 52.203-3, DFARS 252.225-7001, 252.225-7012, 252.225-7013, 252.225-7014, 252.225-7016, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024. These clauses are incorpoated by reference: 52.211-14, 52.211-15. SIGNATURE AUTHORITY (a) The individual sign ing 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 confirmed by attachment to that offer; or (3) Furn ished 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 protest to Headquarters, AMC. The HQ, AMC-Level Pr otest 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 o r 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 filing. To be timely, protests must be filed with in 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.mil/amc/command_counsel/ protest/protest.html . If Internet access is not availabl, contact the contracting officer or HQ, AMC to obtain the AMC-L evel Protest Procedures. This solicitationhas a DO Rating of A4A under the Defense Priorities and Allocations System (DPAS). RESPONSE TIME: QUOTES ARE DUE SEVEN DAYS AFTER PUBLISH DATE. 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 solicitation. Any clauses or prov isions 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 solicitation. If you choose to p assword-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. Passwords 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 otherwise 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, Anniston, AL 362 01-4199, prior to the opening or closing of the solicitation. Requests for general information concerning this solicitation should be made to Dorothy Dutton, Contract Specialist, (256) 235-6240, or email: duttond@anad.army.mil .
 
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
SN00451253-W 20031012/031010213210 (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.