SOLICITATION NOTICE
J -- Repair Hydraulic Pump for Oshkosh Snowplow
- Notice Date
- 4/16/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
- ZIP Code
- 08641
- Solicitation Number
- F3A39G7331A0011
- Point of Contact
- James E Kelly,, Phone: (609) 754-3519, Luelmer L Brown,, Phone: (609)724-4709
- E-Mail Address
-
james.kelly1@mcguire.af.mil, luelmer.brown@mcguire.af.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation/reference number is F3A39G7331A001 (2); this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. This acquisition will be full and open to the public. The North American Industry Classification System (NAICS) code is 811310. The business size standard is 6,500,000.00. This request for quotation consists of the following items: Item 0001: hydraulic pump; re-build kit; OSHKOSH part no. 4SK469 OR EQUAL. Remove/overhaul/install variable hydraulic pump. Removal and installation will be done on site. Pump overhaul may happen at vendor facility. The pump is the main hydraulic pump located in the center of the vehicle. It is driven by a jack shaft off the harmonic balancer. Additional info: V.I.N. = 10T3E1BX9N1045675 MFG. = OSHKOSH MAKE/TYPE = OSHKOSH BLOWER MODEL = HB2518 ENGINE MODEL SIZE = 6V92TA ; Item 0002: after hydraulic repair run unit to test for proper operation; Item 0003, Qty 15 gallons: AW32 hydraulic oil. The following provisions and/or clauses apply to this acquisition. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) and FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) with the following internet address filled-in: http://farsite.hil.af.mil; clauses may be accessed electronically in full text by going to this internet address. FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2006). FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) [Evaluation Criteria: Award will be made to the offeror whose offer conforms to the solicitation requirements and provides the lowest total price.]. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Jun 2006). FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). FAR 52-204-7 Central Contractor Registration (Jul 2006); with 252.204-7004 ALT A (Nov 2003). FAR 52.209-6 Protecting the Government's Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Jan 2005). FAR 52.211-6 Brand Name or Equal (Aug 1999). FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Sep 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2007) Under Para (a) the following clauses are incorporated by reference: (1) FAR 52.233-3 Protest After Award (Aug 1996); (2) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). Under Para (b) the following clauses are incorporated by reference: (5) (i) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); (14) FAR 52.222-3 Convict Labor (Jun 2003); (15) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); (16) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); (17) FAR 52.222-26 Equal Opportunity (Apr 2002); (18) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Dec 2001); (19) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); (20) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); (26) FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006); (31) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). FAR 52.247-34 F.O.B. Destination (Nov 1991). DFAR 252.204-7003 Control of Government Personnel Work Product (Apr 1992). DFAR 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003). DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2006) under Para (b) the following clauses are incorporated: DFAR 252.225-7001 Buy American Act and Balance of Payment Program (Jun 2005); DFAR 252.232-7003 Electronic Submission of Payment Requests (May 2006); DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002) ( X Alternate III) (May 2002); DFAR 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991). AFFARS 5352.201-9101 Ombudsman (Aug 2005),[The fill-in for Para (c), MAJCOM ombudsman, is Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil.] Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. A site visit will be conducted on 23 Apr at 1000. Offerors who plan to attend should fax or email list of attendees to include names, Social Security Numbers, Driver's License Numbers and State of issue to James E. Kelly at 609-754-4642 no later than 21 Apr 2008 at 1600 for security processing. The list should be limited to two attendees per company. Failure to respond in a timely manner may result in delay or denial of access to the installation. The meeting will be held at the 305 CONS Bldg. 2402 Vandenberg Avenue, McGuire AFB, NJ 08641. Please arrive for the site visit no earlier than 0945. Questions should be submitted in writing via above fax number or emailed to james.kelly1@mcguire.af.mil or luelmer.brown@mcguire.af.mil Contractors are asked to submit their TAX ID number with their quote. Quotes must be received at the 305th Contracting Squadron, LGCA flight, no later than 1300, 29 April 2008. Quotes may be transmitted by e-mail or to FAX number (609) 754-4642. The point of contact for this solicitation is Mr. James Kelly Contracting Specialist (609) 754-3519, james.kelly1@mcguire.af.mil. Alternate point of contact is Luelmer Brown (609)754-4709, luelmer.brown@mcguire.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2962cc2721e39b085b5ed047693af51f&tab=core&_cview=1)
- Place of Performance
- Address: McGuire AFB, Wrightstown, New Jersey, 08641, United States
- Zip Code: 08641
- Zip Code: 08641
- Record
- SN01555407-W 20080418/080416220621-2962cc2721e39b085b5ed047693af51f (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 |