Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
SOLICITATION NOTICE

J -- Repair Radiators. Contact Boncile Smith at 601 3131504 or email boncile.smith@ms.ngb.army.mil

Notice Date
12/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-04-T-0005
 
Response Due
1/8/2004
 
Archive Date
3/8/2004
 
Point of Contact
Joe Smith, 601-313-1556
 
E-Mail Address
Email your questions to USPFO for Mississippi
(joe.smith@ms.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation number W9127Q-04-T-0005 is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acqu isition Circular 01-15. This is a 100 percent small business set-aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). This Request for Quotation is issued under NAICS Code 811111. The Small business size standard is $6 mi l. This requirement is for repair of radiators to be used on the M939 series military trucks for the Readiness Sustainment Maintenance Site (RSMS), Mississippi Army National Guard (MSARNG) located at Camp Shelby Training Site, Hattiesburg, Mississippi. T here are two line items which read the same. Line item number one will be the base year (January, 2004 ?????? September 30, 2004. Line item number two will be the option year (October 1, 2004 ?????? September 30, 2005). Scope of Work: Furnish all Labor and Materials required to inspect and repair radiators, NSN 2930-01-2143, TEXTRON INC. FOR 5 TON M39 SERIES TRUCK PART # DG-781900-D BEHR HEAT TRANSFER SYSTEMS PN: 11669165. All radiators shall receive a basic inspection for serviceability. Inlet tanks shall be removed inspected and boiled out. Radiator cores shall be rodded out. Radiator cores shall be boiled out. Inlet tanks and radiator cores shall not be replaced with new ones however all extra parts can be utilized to repair other radiators. Inl et tank gaskets shall be replaced. Reinstall inlet tanks and replace inlet tank bolts as necessary. Pressure test radiator and repair leaks as needed. Refurbish overall radiator to be serviceable. Paint radiator with a flat black paint. All excess par ts will be turned back into the RSMS, Camp Shelby, MS. A warranty for 60 days is required after the repaired radiator is received by RSMS, Camp Shelby. All radiators that are returned for warranty work shall be repaired at no additional cost to the RSMS, Camp Shelby. The outlet end connection type shall be plain; the inlet connection end type shall be plain. The inlet connection end shape shall be round and the outlet connection shall be round. Radiators are to be repaired and delivered within 14 days A RO, FOB Destination at Camp Shelby, Mississippi with acceptance at destination... Radiators will be wrapped in bubble rap or foam and placed in a cardboard box for shipping. Any damaged radiators upon receipt will be sent back to contractor at no cost to RSMS to be repaired. Estimated quantity is 200 for each year. FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications ?????? C ommercial Items (May 2001) and DFARS 252.212-7000, Offeror Representations and Certifications ?????? Commercial Items (Nov 1995) with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. FAR 52.212-5, Cont ract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses cited in the clause being applicable: 52.219-6, Notice of Total Smal l Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and o ther Eligible Veterans; FAR 52-222-36, Affirmative Action for Workers with Disabilities; FAR 52-222-37, Employment Reports on Special Disabled Veterans, Veteran s of the Vietnam Era and other Eligible Veterans; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contract Registration; and FAR 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act of 1965, as Amended (May 1989); 52.222-42, State ment of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts); 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment; 52.222-47, S CA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements. WAGE DETERMINATION NO: 94-2299 applies. 52.219-14, Limitation on Subcontracting. Additional applicable FAR Clauses : FAR 52.247-34 FOB Destination; FAR 52.216-18, Ordering (Oct 1995). (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Sc hedule. Such orders may be issued from time of contract award through September 30, 2004; 52.216-19, Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 3 radi ators, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -(1) Any order for a single item in excess of 200 ra diators; (2) Any order for a combination of items in excess of 200 radiators. (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. Not withstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractor??????s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21, Requirements (Oct 1995). This is a requ irements contract for the supplies and effective for the period stated. The quantities of supplies specified are estimates only. Except as this contract may otherwise provide, if the Government??????s requirements do not result in orders in the quantities described as estimated???????????? or maximum, that fact shall not constitute the basis for an equitable price adjustment. Any order issued during the effective period of this resultant contract and not completed within that period shall be completed by th e Contractor within the time specified in the order. The contract shall govern the Contractor??????s and Government??????s rights and obligations with respect to that order to the same extent as if the order were completed during the contract??????s effect ive period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2004. 52.217-9, Option to Extend the Term of the Contract (Mar 2000): (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government t o an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed beyond September 30, 2005. 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984). DFARS 252.212-7001, Contract Terms and Conditions Required to Impleme nt Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within this clause the following apply: DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7000, Balance of Payments Program Certific ate applies; and DFARS 252.225-7002, Qualifying Country Sources as Subcontractors applies. Interested parties should submit their quotes to be received no later than close of business on January 8, 2004. Send quotes to the USPFO-MS, Attn: NGMS-PFO-PC (B oncile Smith), 144 Military Drive, Flowood, Mississippi 39232-8861. The magnitude of the contract is between $25,000 and $100,000 for the duration of the contract. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. POINTS OF CONTACT: Technical questions regarding this requirement may be addressed to Sgt Michael Young at (601)558-2978 or Major William King at (601) 558-297 7. The Contracting Office??????s web site is located at http://www.ngms.state.ms.us/uspfo/.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Flowood MS
Zip Code: 39232-8861
Country: US
 
Record
SN00493150-W 20031221/031219212533 (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.