SOLICITATION NOTICE
28 -- Engine overhaul for FE-36
- Notice Date
- 4/13/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
- ZIP Code
- 99505-0525
- Solicitation Number
- W912CZ-05-T-0034
- Response Due
- 4/22/2005
- Archive Date
- 6/21/2005
- Point of Contact
- Tony Maes, (907) 353-7127
- E-Mail Address
-
ACA, Fort Richardson
(tony.maes@wainwright.army.mil)
- Small Business Set-Aside
- N/A
- 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. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) W912CZ-05-T-0034. (iii) This Combined Synopsis/Solicitation and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2001-15. (iv) This acquisition is full and Open, Size standards 1000 Employees. The applicable NAICS is 333618. (v) The item requested is as follows: CLIN 0001 - Engine overhaul for FE-36/D-7, complete overhaul to include boiling radiator. CLIN 0002 Converter, Tork, Repair/Replace. CLIN 0003 - Warranty to be included on Engine and Tork Converter Overhaul. CLIN 0004 Inspect and repair or replace, Undercarriage, Replace Slides and Roller Bearings. CLIN 0005 Vendor to pick up and deliver from the following address: Directorate of Logistics, Central Receiving Point POC: Bill Pugh, Building 601, Bay 5, Fort Greely. The provision at 52.212-1, Instructions to Offerors, Commercial, applies to this acq uisition, along with the following addenda. (ix) Offers will be evaluated using the following evaluation factors, technically acceptable, price and delivery time. The contract will be awarded to the offeror that provides the best value to the government. (x) All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items (Alt I) (xi) The clause at 52.212-4, Contract terms and Conditions Commercial Items applies to this acquisition along with the following addenda: 52.219-1, Small Business Program Representations (Apr 2002). All offers must include a completed copy of this provision. 252.204-7004. Required Central Contractor Registration (Nov 2001), 252.212-7001, Contract Terms and C onditions. Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002), The following additional clause(s) cited in this clause are also applicable: 252.225-7001, Buy American Act and Balance of Pa yments Program (Mar 1998) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7002 Qualifying Country sources as Subcontractors (Dec 1991) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Ite ms applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disab led Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (38 U.S.C. 4212) 52.222-36, Affirmative Action for workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 52.232-33, Payment by Elect ronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). 52.225-3 Buy American Act-north Free Trade Agreement Supplies, 252.247-7023, Transportation by Sea and Air (xiii) The full text of clauses and provisions can be accessed at the followi ng web address: http://arnet.army.mil/FAR. All offers are due no later than 12:00 noon, Alaska Time, 22 April 05. (xvii) For further information contact Tony Maes via facsimile (907) 353-7302, or email: tony.maes@wainwright.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABQ/DABQ03/W912CZ-05-T-0034/listing.html)
- Place of Performance
- Address: ACA, Fort Wainwright Regional Contracting Office, Alaska, ATTN: SFCA-PRA-AC, PO Box 35510, BLDG 3030 Fort Wainwright AK
- Zip Code: 99703-0510
- Country: US
- Zip Code: 99703-0510
- Record
- SN00787820-F 20050415/050413214059 (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 |