Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2010 FBO #3129
SOLICITATION NOTICE

28 -- Mercedes-Benz Complete Drop-In Engine: OM603.950

Notice Date
6/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W81Y7G01020100
 
Response Due
6/24/2010
 
Archive Date
8/23/2010
 
Point of Contact
Curtis Arthur II, 928-328-2978
 
E-Mail Address
MICC Center - YPG
(curtis.arthur@us.army.mil)
 
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. Combination Synopsis/Solicitation: Mercedes-Benz Complete Drop-In Engine OM603.950 Solicitation Number: W81Y7G01020100 Response Due Date: 24 June 2010 at 12:00 PM MST Technical Questions Due Date: 22 June 2010 at 12:00 PM MST This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotes (RFQ) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (Fac) 2005-42, effective 16 June 2010 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20100608 Edition. This solicitation is being issued as a Request for Quotation (RFQ) resulting in a Firm-Fixed Price contract. It is anticipated that payment will be made by Government Visa Payment Card. Offerer shall account for any costs associated with accepting Visa as a method of payment. This CSS is being solicited as 100% small business set aside. The North American Industry Classification System (NAICS) is 333618 with a size standard of 1,000 employees. All prospective offerers must be actively registered in the Central Contractor Registration. Offerers may register online at http://www.ccr.gov. Brand name is necessary in order to allow for interchanging parts, functionality, and compatibility of existing equipment. The Small Unit Support Vehicle (SUSV) is a critical vehicle for test support at Cold Regions Test Center (CRTC) during test season and range preparation in the off season. The OM603.950 engine is the only type of engine that currently fits in the SUSV. Mercedes Benz is located at One Mercedes Drive; P.O. Box 350 Montvale, New Jersey 07645. The Government will award this requirement to the lowest price, technically acceptable offeror. This contract will be for the procurement of the following item: Contract Line Item Number CLIN 0001, Quantity of three (3) each, Mercedes-Benz complete drop-in engine, part number OM603.950. The Combined Synopsis/Solicitation (CSS) and any other documentation to this solicitation are located at the Mission and Installation Contracting Command Center - Yuma web site at www.yuma.army.mil/contracting under RFQ W81Y7G01020100. All quotations shall include any transportation costs to Cold Regions Test Center, Ft. Greely, AK 99737. Arizona vendors are to include the Arizona Privilege Tax. All quotations shall be clearly marked with RFQ reference number W81Y7G01020100 and emailed or sent to the Point of Contact (POC) below no later than 24 June 2010 at 12:00 PM Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be e-mailed to the POC listed below no later than 21 June 2010 at 12:00 PM MST. Offerers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. Offerors shall provide the best delivery date for all items. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerers Commercial Items (June 2008) FAR 52.212-3 Offerer Representations and Certifications Commercial Items (Aug 2009) with Alternate I (Apr 2002). (NOTE: In order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/vffara.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision. An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at https://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Jun 2010) FAR 52.247-34 F.O.B. Destination (Nov 1991). The following FAR clauses and provisions are incorporated by full text: FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jun 2010). Specific applicable clauses cited within FAR 52.212-5 are as follows: 52.219-6 Notice of Total Small Business Aside (June 2003) FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2009) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Aug 2009), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998) FAR52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-36 Payment by Third Party (Feb 2010). FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) is also incorporated by full text. The following DFARs clauses and/or provisions shall also be incorporated into the CSS and resultant contract: 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2010), specific applicable clauses cited within DFAR 252.212-7001 are as follows: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Jul 2009) 252.247-7023 Transportation of Supplies by Sea (MAY 2002). DFARs 252.211-7003 Item Identification and Valuation (Aug 2008) is incorporated by full text and 252.232-7010 Levies on Contract Payments (Dec 2006) is incorporated by reference. If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the point of contact below or facsimile (928) 328-6849 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56588c2be223e2d5bc2e65eca7e0a3eb)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02180042-W 20100619/100617234919-56588c2be223e2d5bc2e65eca7e0a3eb (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.