Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

J -- Reset and Refit of Government-owned Generator Environmental Control Unit Trailers (GET)

Notice Date
9/9/2008
 
Notice Type
Presolicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700108Q0225
 
Response Due
9/12/2008
 
Archive Date
9/27/2008
 
Point of Contact
Christopher Brissette 910-451-0775
 
Small Business Set-Aside
N/A
 
Description
This requirement is being publicized to satisfy the government's requirement for a Brand Name or Equal commercial item prepared in accordance with the format in subpart 5.1 as supplemented with additional information included in this solicitation. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All responsible sources may submit a quotation which, if timely received shall be considered by this agency. This is a request for quotation (RFQ) and the solicitation number is M6700108Q0225, documentation number M2093008SU40023. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and DFARS Change Notice 20080812. The proposed acquisition is unrestricted to business size. The associated NAICS code is 335312. The 2nd Marine Special Operations Battalion (2d MSOB), Camp Lejeune North Carolina has a one-time requirement ! for the conduct of a RESET and REFIT for 2 (two) each Generator Environmental control unit Trailers (GET) to include parts and labor according to the manufacturer's specification. The contractor will conduct tests under manufacturer's test procedure. GET stands for Generator, Environmental Control Unit and Trailer System. The GET is designed to support highly mobile life support and command and control systems, like forward-deployed mobile operations centers that displace often and where access to power is limited. RESET and REFIT includes: repair and refurbishment to entire system according to manufacture specifications; system changes that increase performance capability and update technology electronic and mechanical standards; repair; replacement of damaged or unserviceable parts, components, or assemblies; removal of rust, oxidation, dirt, salt and other contaminants from the metal surfaces of the GET trailers; preservation to protect GET Trailer equipment, components,! and parts by providing barrier coatings (paint), anti-seizes, sealants, water-displacing and corrosion preventive compounds as required. See attached list for minimum repairs for each. Operators' training shall be included upon re-issue of the GET trailers. The GET trailers are manufactured by PowerSystems International (PSI). The manufacturer name and part number are provided only to assist potential offerors in understanding the Government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand name parts that will fulfill the Government's need. The Contractor shall provide all supplies and services necessary to transport the GET trailers to Contractor maintenance facility and back to the Government site, F.O.B. destination. Location of the Government site is aboard Camp Lejeune North Carolina and will be identified on the contract. The Government desires repairs to be completed by 30 September 2008. The Government anticipates award of a Firm Fixed Price contract. Th! e evaluation factors for this RFQ are technical capability, delivery, past performance and price. The Government intends to make award based on best value. "Best value" means the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. It is the Government's intention to issue a firm-fixed price contract for a commercial item on a Brand Name or Equal basis for the products listed below utilizing FAR Subpart 13 procurement procedures. If further description is necessary, please email GySgt Brissette (email listed below). Quotes other than FOB Destination will be rejected. The required delivery date for this requirement is 8 weeks after receipt of order (ARO). The evaluation factors for this RFQ are delivery, technically acceptable, price, and past performance. The Government intends to make award based on best value. "Best value" means the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Offerors are to submit three (3) relevant past performance references with their quote. An offer will be considered non-responsive if technical acceptability and delivery are not met. The following Federal Acquisition Regulation (! FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certificates electronically at ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items to include 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Coope! ration with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration); FAR 52.219-1 Small Business Program Representations (Offerors are required to fill-out this provision and return with their quote.); FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include (252.225-7001 Buy American Act and Balance of Payment Program; and 252.232-7003 Electronic Submission of Payme! nt Requests); DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7013 Duty-Free Entry; DFARS 252.225-7031 Secondary Arab Boycott of Israel; DFARS 252.232-7010 Levies on Contract Payments; and DFARS 252.243-7001 Pricing of Contract Modifications. The Offerors are required to provide their Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE) code and Federal Tax Identification (FTI) number with their quote. Offerors are required to be registered in the Central Contractor Registration (CCR). For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website http://www.ccr.gov/. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense (DoD) web-based software application, called Wide Area Work Flow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receip! t/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The website for WAWF-RA registration is https://wawf.eb.mil/. The website for WAWF-RA training is http://www.wawftraining.com/. This solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) website www.neco.navy.mil. Submit quote to GySgt Brissette via email christopher.brissett@usmc.mil or fax (910) 451-0450. Refer any questions to GySgt Brissette at (910) 451-0775. The closing date for this solicitation is 12 September 08 by 1200 PM, Eastern Daylight Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8e35a308813bcddee90750425e5bdf94&tab=core&_cview=1)
 
Record
SN01665086-W 20080911/080909223334-8c6b37fa9342668c0be3493e6e845a6c (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.