Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SOLICITATION NOTICE

J -- Maintenance,repair,rebuild,and technical support for 150KW Electronic Power Plant Generators for 11th Bde,U.S.Army Air Defense Artillery Center Ft Bliss,TX

Notice Date
6/6/2008
 
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 Army, Army Contracting Agency, South Region, ACA, Fort Bliss, 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-08-R-0600
 
Response Due
6/13/2008
 
Archive Date
8/12/2008
 
Point of Contact
SHORT, JEANNE, 915-568-3991
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation is 100% set aside for small businesses. Small Businesses must be located in the El Paso commuting area, within a 50-mile radius. The North American Industry Classification System (NAICS) code for this acquisition is 811310. Quotes are due by June 13, 2007 at 10:00 a.m. (MST) and shall be submitted electronically submitted to jeanne.short@us.army.mil. This solicitation is issued as a Request for Quote (RFQ) for maintenance, repair, rebuild and technical support of the 150kw Electronic Power Plant (EPP) generator to augment the effort of the 11th Air Defense Artillery Brigade, Fort Bliss, Texas generator maintenance program. The Contractor shall provide all labor, supervision, transportation, supplies, vehicles, materials, facilities, and equipment as required in accordance with the Performance Work Statement (PWS). The immediate requirement is to rebuild a minimum of six (6) 150K generators within the next year. A Firm Fixed Price, Requirements type contract is anticipated to be the result of this combined synopsis/solicitation. The award will be made to the lowest priced technically acceptable offeror, considering past performance. This award is anticipated to have a period of performance of base year with four (4) option years. For purposes of submitting a quote, submit a price for each year beginning with CLIN 0001 as the base year, followed by CLIN 0002 as the second year, CLIN 0003 as the third year, CLIN 0004 as the fourth year, and CLIN 0005 as the fifth year. For each year, quote the individual price for one (1) generator using twelve (12) generators as the estimated quantity per year. Include the total price of the quote which is determined by adding the prices of the base period and the option periods. Actual quantities will vary in the award. For evaluation purposes, evaluation will be based on adding the prices for the base year plus all options. Exercising of option period will be subject to satisfactory contractor performance as evaluated by the Government and the availability of funds. Exercising of option is a unilateral right of the government. The Past Performance data must include relevant current and past government contracts in the last three (3) years working with military equipment, power generation maintenance, repairs and Chemical Agent Resistant Coating (CARC) paint refinishing. This data must be submitted with quote. All REQUIRED CERTIFICATIONS and requirements in accordance with the Performance Work Statement must be submitted with your quote. Your response must demonstrate your experience and capability of providing the requirements. A pre-award site survey may be conducted prior to award. A manpower reporting requirement is required during the period of performance which can be accessed at https://contractormanpower.army.pentagon.mil. Payment is expected to be made by electronic funds transfer (EFT), and the awardee must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) to receive a government contract award. See performance work statement for detailed information for this requirement. Any clarifications and/or questions should be sent electronically to jeanne.short@us.army.mil. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls please. Notification of any change shall be made only on the internet. Offerors quote shall be valid for a minimum of 60 days to be acknowledged in the offerors quote. Please provide submission on Microsoft Excel spreadsheet, with formulas, version 2003 or later, and on Microsoft Word. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Texas State Law, Occupational Safety and Health Administration (OSHA) regulations, Fort Bliss and Army regulations. Wage Rates must be in accordance with the published U.S. Department of Labor Wage Determination No. 2005-2512 Revision No. 4 for the local El Paso area. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The following FAR and DFARS clauses and/or provision apply to this solicitation. 52.203-3, 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.216-21, 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, 52.232-33, 52.232-19, 52.216-21, 52.216-18, 52.217-9, 52.217-7, 52.217-8, 252.232-7003, 252.225-7001, 252-225-7012, 252.243-7002, 252.204-7004. 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 addressed electronically at this address: http://www.army.mil/usapa/tech
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d0b4cc14804d8f9f7913b2b1832eca63&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN01588144-W 20080608/080606214759-d0b4cc14804d8f9f7913b2b1832eca63 (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.