Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2006 FBO #1595
SOLICITATION NOTICE

J -- Maintenance agreement of generators

Notice Date
4/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Pendleton - RCO, PO Box 1609, Oceanside, CA, 92051-1609
 
ZIP Code
92051-1609
 
Solicitation Number
M1134006SU00001
 
Response Due
4/17/2006
 
Archive Date
5/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Regional Contacting Office ? SW Region, in compliance with FAR 13.1, is posting a combined synopsis/solicitation requesting for interested Contractors that are able to provide scheduled preventive maintenance service of generators onboard Marine Corps Base, Camp Pendleton, CA 92055. This contract action will be awarded with a period of performance for 5 years, from start of award of purchase order, to be paid quarterly, with one base year and four option years. Anticipated award date is 1 May 2006. Each option year will be exercised upon determination by the Government. Solicitation Number M1134006SU00001 is issued as a Request for Quotes (RFQ). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is 100% Small Business Set-Aside; though any responsible source may submit an offer. For the purpose of small businesses, the FSC is J036 and NAICS Code is 811310 and the size standard is $6 mil. This request for quotes is not to be construed as a commitment by the Government, and the Government will not pay for information received as a result of this announcement. The awarded purchase order will be for a annual maintenance agreement to include labor and supplies for the service for five (5) generators: (2) mobile generators/AC units, 208 volt, 60Hz, 96,000 BTU/HR, diesel run generators, and (3) Yanmar portable generators, 3,600 RPMs, 7.1Kw, 60Hz, 120/240 Wtz output, diesel run generators. The Contractor shall perform quarterly scheduled preventive maintenance. This consist of changing the engine oil, replacing the diesel fuel filter, replacing the air cleaner, inspecting all tanks, fuel lines and fittings for defects, as required. In addition, examination of exhaust systems, fuel and governor systems shall be included and all other services to maintain equipment in a 1st class operational conditions. Emergency calls with 24 hr response time and operator training to maintain equipment shall be included in agreement. All service will be done on-site, therefore, the Contractor need to be able to obtain a base pass, in accordance with Camp Pendleton base regulations. All Contractors submitting quotes are reminded that you must be registered in the Central Contractor Registration database to be considered for award. The website for CCR is http://www.bpn.gov/ccr/scripts/index.html. The following FAR/DFAR provision(s) apply to this acquisition and can be viewed at http://farsite.hill.af.mil/: FAR 52.212-1 Instructions to Offerors ?Commercial Items (MAR 2000), FAR 52.212-4 Contract Terms & conditions -Commercial Items (MAY 1999), FAR 52.219-6 Total Small Business Set-Aside (JUL 1996). Far 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items with the following applicable clauses for Para (b) apply to this acquisition: (14) (15) (16) (19) (31) and under Par (c) the following apply: (1), (2), (3), and (4). The following DFAR Clauses apply to this acquisition: DFAR 252.212-7001 Contract Terms and Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items with the following applicable clauses for Para (b): DFAR 252.225-7001 Buy American Act and Balance Payments Program (MARCH 1998 and DFAR 252.232-7003 Electronic Submission of Payment Requests (MARCH 2003). Your response shall include the following information: Company Name, Company Size and Socio-Economic status. Offers shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certification ? Commercial Items (this certification may be downloaded). The government will award a contract resulting from this solicitation to that provides the best value to the Government. The offers shall be submitted no later than Monday, 17 April 2006, 1600 PST, and can be sent via email to franklin.howard@usmc.mil or mailed to Regional Contracting Office-SW Region, Attn: Sergeant Franklin Howard, P.O. Box 1609, Oceanside, CA 92051-1609. Faxed offers shall be addressed to Sergeant Franklin Howard, fax number 760-725-8445 and clearly state the solicitation number on the first page to ensure receipt. Offerors bear the burden of ensuring that all pages of the quote reach the designated office before the deadline specified in the solicitation.
 
Place of Performance
Address: Camp Pendleton, CA
Zip Code: 92055
Country: USA
 
Record
SN01023730-W 20060409/060407221324 (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 |
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.