SOLICITATION NOTICE
H -- Engine Survey at the Ft. Greely Power plant
- Notice Date
- 6/13/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- 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-0056
- Response Due
- 6/27/2005
- Archive Date
- 8/26/2005
- 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. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) W912CZ-05-T-0056. (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 a Small Business Set-aside, Size standards 500 Employees. The applicable NAICS is 541330. (v) The item requested is as follows: CLIN 0001 Complete engine survey for 5 Enterprise engines. Provide engineering service for an inspection and condition assessment of five (5) Enterprise DSQ-3 engine generators in operation at the Central Heat and Power Plant at Ft Greely, AK 99731. Th e survey must produce cost evaluation estimates for the 5 engines (rebuild costing and evaluation per engine). CLIN 0002 Cost for Travel, Lodging and Food. All travel and lodging receipts will be submitted with the final request for payment. Vendor will fly coach, no first class tickets. POC will be at the following address: Directorate of Logistics, Central Receiving Point, POC: Bill Pugh, Building 601, Bay 5, Fort Greely, AK 99731. The provision at 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition, along with the following addenda. (ix) Offers will be evaluated using the followin g 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 Represent ations 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). A ll offers must include a completed copy of this provision. 252.204-7004. Required Central Contractor Registration (Nov 2001), 252.212-7001, Contract Terms and Conditions. Required to Implement Statutes or Executive Orders Applicable to Defense Acquisit ions 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 Payments Program (Mar 1998) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7002 Qualifying Country so urces as Subcontractors (Dec 1991) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies to this acquisition. The following additional clauses cited in this clause are als o 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 Disabled 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 Electronic 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 following web address: http://arnet.army.mil/FAR. All offers are due no later than 12:00 noon, Alaska Time, 27 June 05. (xvii) For further information contact Tony Maes via fac simile (907) 353-7302, or email: tony.maes@wainwright.army.mil.
- 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
- SN00828722-W 20050615/050613211815 (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 |