SOLICITATION NOTICE
28 -- This requirement is for an ID-IQ type contract for overhaul/repair Rotary Pump Assemblies NSN 2940-01-074-3488, P/N 12286924 for one base year with 2 one-year options.
- Notice Date
- 12/8/2005
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
- ZIP Code
- 66611-1170
- Solicitation Number
- W912JC-06-R-4005
- Response Due
- 12/28/2005
- Archive Date
- 2/26/2006
- 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. This requirement is for an ID-IQ type contract for overhaul/repair Rotary Pump Assemblies NSN 2940-01-074-3488, P/N 12286924 manufactured by, Romec Division of Lear Siegler Corp, for one base year with 2 one-year options. There is an estimated maximum qty of 150 ea. 1st contract year; 200 ea. 2nd option year; 250 ea. 3rd option year with a minimum qty of 20 ea. per year. The contract will contain an option to negotiate an additional two- year extension for a total of five years if contractor price and performance is considered acceptable. The government will not provide tooling, test stands, or fixturing to support this effort. All tooling, stands, and fixtures will be contractor furnishe d. ATEAM requires an overhaul warranty of 60 months or 1000 hours to compliment our engine warranty. Award will be based on Best Value. The Best Value is the most advantageous offer, price and other factors considered, and consistent with the Governme nts stated importance of evaluation criteria as outlined in the Statement of Work. This may result in award being made to a higher-rated, higher priced offeror where the Contracting Officer determines that an offerors past performance and technical quali fications of the higher priced offeror outweigh the cost difference. Evaluation factors of Past Performance and Technical considerations (including delivery schedule) when combined are approximately equal to cost or price. See Statement of Work for evalu ation criteria, which can be found at the USPFO for Kansas website: WWW.NGKS.NET. Contractor shall have quality control processes reviewed and certified by an external agency, such as certification to ISO (International Organization for Standardization), NADCAP (National Aerospace and Defense Contractors Accreditation Program), or equivalent quality assurance review processes. In the absence of an external certification, proof of registration as a FAA repair station is acceptable. Contractor must submit evidence of ISO certification, NADCAP certification, or equivalent quality assurance processes. In order to receive an award for this contract, you must register in the Central Contractor Registration. You may register at WWW.CCR.GOV. All responsible s ources may submit an offer, which shall be considered by the Agency. Solicitation W912JC-06-R-4005 is issued as an RFP. This is a solicitation document and incorporates provisions in effect through Federal Acquisition Circular 2005-06. NAICS code is 811 310. The provision at FAR 52.212-3, Offeror Representations and Certifications (3/2005) applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Condition s (9/2005) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (9/2005) applies to this acquisition. Under paragraph b, the following clauses are incor porated: 52.203-6, Restrictions on Subcontractor Sales to the Government (7/1995), with Alternate I; 52.222-26 (4/2002), Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (12/2001); 52.222-36 Affirmative Action for Workers with Disabilities (6/1998); Evaluation factors of Past Performance and Technical considerations (including delivery schedule) when combined are approximately equal to cost or price. 52.222-37, Employment Reports on Disabled Veterans (12 /2001); 52.225-3, Buy American Act-Supplies (1/2005). The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (10/2003) applies to th is solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (9/2005), is applicable to this acquisition. For technical questions please contact Leon D. Bryson, (785) 239-8156 or e-mail leon.bryson@ks.ngb.army.mil. Offers are due by 2 p.m. CST, DECEMBER 28, 2005 via e-mail, fax, or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Adam Villalobos; or e-mail to: adam.villalobos2@us.army.mil.
- Place of Performance
- Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
- Zip Code: 66611-1170
- Country: US
- Zip Code: 66611-1170
- Record
- SN00948207-W 20051210/051208212224 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |