SOLICITATION NOTICE
36 -- Service/Repair of K400B Generator Test Stand
- Notice Date
- 4/10/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- F1Q2EM8063A001
- Response Due
- 4/18/2008 3:00:00 PM
- Point of Contact
- GregoryLindsey,, Phone: 302-677-5218
- E-Mail Address
-
gregory.lindsey2@dover.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F1Q2EM8063A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2007-0906, and Air Force Acquisition Circular (AFAC) 2007-0823. This acquisition is a small business set aside under NAICS code 335312 and small business size standard of 1,000 employees. This RFQ contains one (1) line item. The item is on a firm fixed price basis and the item can be brand name or equal. The line item is as follows: Item 1- Service/Repair of K400B Generator Test Stand - Services shall include the following; a) Operate Generator Test stand to determine faults, b) Troubleshoot faults listed during Generator Operation/Test Sequence, c) Inspect Generator Test Stand for good working condition, d) Provide and install parts needed for fully operational Test Stand, e) Repair wiring on Test Stand as needed, f) Keel ELEN Section Chief informed on work status, updates, changes, parts needed, ect., g) All work is to be completed during normal working hours (0700 – 1600) and shut downs will be coordinated through ELEN Section Chief’s office, h) Reprogram unit to meet normal sequence of operation, i) Remove all demolition equipment from job site and haul off of DAFB and clean interior of Generator room and surrounding areas. The above-referenced line items are for the Service/Repair of a K400B Generator Test Stand on Dover AFB, DE. Offerors responding to this requirement must include specification data sheet and/or other pertinent literature on proposed items offered. Offerors may propose an alternate proposal if offering more than one solution. Any questions in regards to this solicitation must be submitted NLT Apr 14 2008 to ensure Government ample response time and timely submittals of proposals. The delivery date is 45 days after receipt of award. The place of delivery, acceptance and FOB destination point is Building 712, Dover AFB, DE 19902. Acceptance will be performed by the Government. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.204-7, Central Contractor Registration (July 2006), applies to this acquisition. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1530 hrs, Eastern Standard Time (EST), Friday, Apr 18, 2008. Submission may be made via email to gregory.lindsey2@dover.af.mil, via parcel mail to Department of the Air Forces, Air Mobility Command, 436 CONS, ATTN: Gregory Lindsey, 639 Atlantic Street, Dover AFB, DE 19902, or via facsimile at (302) 677-5218. Quotes must reference the solicitation number. (b)(4) Submit a technical description of the services being offered. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In accordance with FAR clause 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on best value. Offerors must comply with the provision 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2007) and ALT I (APR 2002). The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2007), is applicable to this procurement along with the following addenda: 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). FAR 52.222-50, Combating Trafficking in Persons (Aug 2007) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The FAR clause 52.211-6 -- Brand Name or Equal (Aug 1999), applies to this acquisition. The FAR clause 52.223-3 -- Hazardous Material Identification and Material Safety Data (Jan 1997), applies to this acquisition. DFAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), is applicable to this acquisition along with the following addenda:. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) The following additional DFARS provisions and clauses also apply: 252.232-7010, Levies on Contract Payments (Dec 2006) DFAR clause 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) applies to this acquisition. DFAR clause 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JUN 2005) applies to this acquisition. Point of Contact Gregory Lindsey, Contracting Officer, Phone 302-677-5218, Fax 302-677-2309, Email gregory.lindsey2@dover.af.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=130bbb1c6bacec9a14d1361b9a38ece2&tab=core&_cview=1)
- Place of Performance
- Address: Dover AFB, Delaware, 19902, United States
- Zip Code: 19902
- Zip Code: 19902
- Record
- SN01551509-W 20080412/080410220144-130bbb1c6bacec9a14d1361b9a38ece2 (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 |