Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2006 FBO #1658
SOLICITATION NOTICE

J -- REBUILD SYNCHRONOUS GENERATOR SETS

Notice Date
6/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-06-T-0252
 
Response Due
6/20/2006
 
Archive Date
8/19/2006
 
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. SIC 7699 applies. The Request for Quotation number is W911SG-06-T-0252. Quotes are due by 20 June 2006, 2:00 PM Mountain Standard Time, and shall be submitted electronically to maria.bris eno@us.army.mil. The scope of this requirement is to rebuild two synchronous generator sets, serial numbers 5126 and 4261, including one-year unconditional warranty, and to obtain on-site preventive maintenance and technical support services for the two rebuilt units. The Contractor shall provide all supervision, qualified personnel, facilities, materials, equipment, tools, supplies, parts, and other resources necessary to pick up, rebuild, and return two synchronous generator sets, NSN 6115-12-337-8494. The Government shall provide to the contractor two synchronous generator set cores, serial numbers 5126 and 4261, for rebuilding. The contractor shall pick up the units within two working days after award of the contract at the Fort Bliss, TX, location p rovided by the Contracting Officer. The synchronous generator set cores shall be rebuilt in accordance with technical manual TM 9-6115-568-13. Lechmotoren authorized service representatives shall perform the work. The rebuilt synchronous generator sets s hall be painted and identified in accordance with MIL-HDBK-1223 (Nontactical Wheeled Vehicles Treatment, Painting, Identification Marking and Data Plate) and MIL-STD-130 (Identification Marking of US Property). Warning signs shall be painted in Chemical A gent Resistant Coating (CARC) olive drab paint. The rebuilt units shall be returned to the Government within 14 calendar days after the units are picked up. On the day of delivery of the units to the Government, the contractor shall demonstrate to the Gov ernments representatives that the units are operational and functioning as required. If the units are accepted by the Government, the contractor shall provide to the Contracting Officer documentation that states that the units are under a one-year uncond itional warranty from the date of acceptance. In addition, the documentation shall state that the contractor shall provide one year of on-site preventive maintenance and one year of on-site technical support. At a minimum, the documentation shall include the following information: Contract number; Serial numbers of the rebuilt units; Acceptance date; Warranty expiration date; Statement that the on-site preventive maintenance shall be performed in accordance with TM 9-6115-668-13; Statement that the contra ctor shall respond to a request for on-site technical support within 12 hours after notification by the Governments representative that support is required. Vendors shall provide their quotes for the following CLINs on a unit price basis: CLIN 0001 NSN 6 115-12-337-8494, Rebuild Synchronous Generator Sets, serial numbers 5126 and 4261, 2 each. SUBCLIN 000101 One-year unconditional warranty on all replaced parts, components, and assemblies. The warranty shall not be separately priced. CLIN 0002 On-site Pr eventive Maintenance, 12 months. CLIN 0003 On-site Technical Support, 1,000 Hours. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The following FAR and DFARS clauses and/or provisions apply to th is solicitation: 52.204-7, 52.212-4, 252.204-7004 Alt A, 52.212-3, 52.212-5, 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.232-33, 52.203-3, 252.225- 7001, 252.225-7012, 252.243-7002. ADDENDUM TO 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989). This Statement is for Information Only: It is not a Wage Determination Employee ClassHeavy Equipment Mechanic; Monetary WageFringe Benefits $22.14/Hour. Wage Determination TX 94-2511 Revision 28, 5/24/2006, applies to this requirement. The wage determination may be accessed electronically at t his address: http://www.wdol.gov/ .The full text of a clause or provision may be accessed electronically at this address: http://farsite.hill.af.mil. Army technical publications may be accessed electronically at this address: http://www.army.mil/usapa/t ech . Vendors must submit the following to be considered for award: (1) a completed copy of FAR clause 52.212-3, Offeror Representations and CertificationsCommercial Items (Mar 2005); and (2) price quotes. Vendor must be registered in the Central Contrac tor Registration (CCR) database to receive award. Award will be made to the lowest priced, responsible vendor having a satisfactory past performance record, who does not take any exceptions to the warranty requirements, and who can meet the required delive ry time. FOB Destination (Fort Bliss, TX 79916-6812). Refer any questions to Maria Briseno (915) 568-5881, email maria.briseno@us.army.mil. The following numbered notes apply: 1 and 9.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN01066897-W 20060611/060609220811 (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.