Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOLICITATION NOTICE

95 -- Machine Shop Support Services - Wage Determination - drawings

Notice Date
8/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554
 
ZIP Code
20554
 
Solicitation Number
FCCRFQ100000HGA1
 
Archive Date
9/7/2010
 
Point of Contact
Bridget C Gauer, Phone: 2024181865
 
E-Mail Address
bridget.gauer@fcc.gov
(bridget.gauer@fcc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule of services and supplies Drawings Wage Determination 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. Solicitation number FCCRFQ100000HGA1 is issued as a request for quotation (RFQ). This procurement is being conducted under simplified acquisition procedures in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43. This RFQ is issued as a small business set aside under NAICS code 332312. The size standard is 500 employees. The following contract line item number (CLIN) is included in this RFQ: SEE ATTACHED Schedule of Services and Supplies Pricing: Vendors shall provide Firm Fixed Price (FFP) quotes. General Requirements The Federal Communications Commission (FCC) outfits vehicles to assist in the enforcement of regulations under its purview. The FCC upgrades a percentage of its fleet of enforcement vehicles each year. All new vehicles have to be retrofitted with equipment required by the enforcement officials. All the items required for the vehicle retrofit are designed by FCC engineers. Once designed, the FCC must have the pieces fabricated and machined to fit seamlessly into each vehicle. The FCC a requirement for the fabrication of mechanical parts related to the mobile direction finding vehicle (MDFX) vehicle outfitting and other engineering programs under development by the FCC. Scope The contract scope includes all machining and fabrication requirements of the FCC enforcement bureau located in Hiram, GA. Specific Tasks The contractor shall provide all labor, supervision, tooling, and materials for the construction, fabrication and synthesis of parts from blank materials to the drawing and written specification. The contractor shall provide all work within dimensional tolerance of.03 +/- and bend tolerance of.03125 +/-. Machined parts: +/-.005-in Formed Parts: +/-.020-in First Article The first piece of equipment ordered will be considered a first article. It is essential to have an approved first article to serve as a manufacturing standard. Each item designated as a first article will be tested and approved by the COTR prior to manufacturing any additional similar items. Additional first articles may be necessary if there have been subsequent changes in processes or specifications; or the product acquired developed a problem during its life. Provision at 52.212-1, Instructions to Venders-Commercial, applies to this acquisition with the following addenda: Vendors are requested to demonstrate their expertise through a written quotation. Quotations shall include the following information: Past Performance: The Vender shall provide three (3) references of previous projects similar in size, scope, and complexity of this offer. The FCC may contact those references during the evaluation process to verify relevant experience and level of performance. The FCC may, at its discretion, obtain and evaluate information from sources other than those provided by the Vender. The Government will evaluate the degree to which the vender's past performance demonstrates experience likely to result in satisfactory performance. Price: vendors shall submit a copy of the schedule of services and supplies with its pricing inserted for each item. For CLINs x.15, vendors shall provide a schedule of its labor categories with fully burdened labor rates. Labor categories shall include those required to perform the type of work specified in the scope of this contract. Vendors must include a completed copy of the provision at 52.212-3, Vender Representations and Certifications-Commercial Items, with their quotations. Vendors shall submit their quote via email to: eproposals@fcc.gov no later than the response date stated in this notice. The Government will make an offer to the vendor whose quotation conforms to the requirements of this solicitation and is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Past performance and Price. These factors are of approximately equal importance. The Government will evaluate offers for award purposes by adding the total price for all items for all ordering periods. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition with no addendum. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, 52.219-6, 52.219-14, 52.219-28, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.223-9, 52.225-5, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43, and 52.222-44 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through July 31,2015. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than ____1_________ [insert dollar figure or quantity], the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of contract ceiling [insert dollar figure or quantity]; (2) Any order for a combination of items in excess of contract ceiling [insert dollar figure or quantity]; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within _____ days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after October 1, 2015 [insert date]. (End of clause) The Contractor shall submit invoices in accordance with the FCC invoice procedures below: INVOICES NOTE: *Invoices may be submitted via email to: FO-Einvoices@fcc.gov. In addition, copies of the emailed invoices shall also be sent to the CO. Only one emailed copy is required. Invoices* may be submitted in an original and two copies to: FCC Travel/ Operations Group, Room #1A761, 445 12th Street, S.W., Washington, DC 20554.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/FCCRFQ100000HGA1/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN02234417-W 20100811/100809235828-2ec388dc8c0a7e84666c5d456d5440d0 (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.