SOLICITATION NOTICE
23 -- Repair and Modification of Two (2) Pace Trailers
- Notice Date
- 6/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-10-T-0194
- Archive Date
- 7/8/2010
- Point of Contact
- Christine G. Anderson, Phone: 757-893-2715
- E-Mail Address
-
christine.anderson@vb.socom.mil
(christine.anderson@vb.socom.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation 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 being issued as a Request for Quote (RFQ); solicitation number is H92244-10-T-0194, and a firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41 effective 13 May 2010. The North American Industrial Classification Code (NAICS) 336992 with a business size standard of 1000 employees. This procurement is Unrestricted. The DPAS rating for this procurement is DO-S10. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development group (NSWDG) has a requirement to procure the following services: Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Repair and Upgrade Two (2) Trailers in accordance with Section C. QUANTITY 2 EACH Section C Description of Supplies and/or Services •1. The Naval Special Warfare Development Group (NSWDG) has a requirement to repair and modify two (2) each Pace trailers identified as Trailer #1 and Trailer #2. •2. The repairs and modifications to Trailer #1 and Trailer #2 are described below. •a. Repair one outside Halogen flood light for Trailer #1 •b. Repa ir one current Cummins Onan Model 7.5HDKAT/41934 generator for Trailer #1 •c. Repair one outside stabilizing Jack for Trailer #1 •d. Install Moduline cabinets and workstations for Trailer #1 •e. Install four 3-inch cable pass through holes for Trailers #1 and #2 •f. Prepare mounting holes and possible reinforcement for the installation of a Will-Burt 10M telescoping mast (Trailer #1 and Trailer #2) •g. Repair water damaged ceilings for Trailer #1 and Trailer #2 •h. Service and repair 14000 BTU Cruisair air conditioning unit for Trailer #1 and Trailer #2 •i. Install additional 14000BTU Cruisair air conditioning unit for Trailer #1 and Trailer #2 •j. Install tray tables for Trailer #1 and Trailer #2 •k. Install three 24-inch flat panel computer monitors for Trailer #1 and Trailer #2 •l. Install walkway on roof center line for Trailer #1 and Trailer #2 •3. Period of Performance/Delivery: Evaluation factor •4. Location: Contractor Facility •5. Other: A site survey will be scheduled to allow interested parties an opportunity to view the trailers and discuss the government requirement. •6. Delivery: One trailer will be delivered to the vendor for repair and modifications after contract award. After the satisfactory completion of acceptance testing by the government, the second trailer will be delivered for repairs and modifications. Section I Clauses FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Sep 2006 FAR 52.211-14 Notice of Priority Rating for National Defense Use Sep 1990 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Jul 2009 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Mar 2009 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Apr 2009 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Feb 2008 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 FAR 52.222-50 Combating Trafficking in Persons Aug 2007 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-1 Site Visit Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.242-15 Stop Work Order Aug 1989 FAR 52.243-1 Alt II Changes-Fixed Price Alt II (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug 2008 DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) Jul 2009 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jan 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Aug 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2005 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (AUG 2007) - Alternate 1 Jul 2009 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 52.212-2 Evaluation - Commercial Items (JUN 2008) •(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Delivery Price and Delivery, when combined, are approximately equal. •(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). •(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722. A site survey has been scheduled for 28 June 2010 at 10:00 a.m. at Naval Special Warfare Development Group, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Visit request information must be emailed to Christine Anderson at christine.anderson@vb.socom.mil no later than 23 June 2010 at 4:00 p.m. Eastern Standard Time (EST). Visit request information shall include visitor name, company name, social security number, date and place of birth. Driver's must include the make and model of the vehicle being driven. Validation of US citizenship is required. Vendors must attend the site survey in order to submit a quote for this requirement. All questions concerning this procurement, either technical or contractual, must be submitted in writing to the Contracting Officer. No direct discussion between the technical representative and a prospective offeror will not be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to Christine Anderson at christine.anderson@vb.socom.mil no later than 4:00 p.m. on 1 July 2010. Quotes must be received no later than 23 July 2010 at 4:00 p.m. Eastern Standard Time (EST). The offeror agrees to hold its prices in its quote firm for ninety (90) calendar days from the date specified for receipt of quotes. Quotes shall be emailed to Christine Anderson. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all of the solicitation requirements. It Is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets all of the solicitation requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0194/listing.html)
- Place of Performance
- Address: 1636 Regulus Avenue, Virginia Beach, Virginia, 23461-2299, United States
- Zip Code: 23461-2299
- Zip Code: 23461-2299
- Record
- SN02181010-W 20100619/100617235857-8b5b637134c141bf7dfb10802ffd8c72 (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 |