Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SOLICITATION NOTICE

28 -- Crankshafts and bearings set.

Notice Date
12/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336312 — Gasoline Engine and Engine Parts Manufacturing
 
Contracting Office
MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W9115112T0030
 
Response Due
12/23/2011
 
Archive Date
2/21/2012
 
Point of Contact
Amber Coyne, 254-287-5455
 
E-Mail Address
MICC - Fort Hood
(amber.coyne@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. The Fort Hood Mission Contracting Office is soliciting for the exchange of refurbished crankshafts for GM 6.5L Diesel Engines. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subparts 12.6 and 13.5, 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. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is W91151-12-T-0030. The Offeror must quote on all or none basis. Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54 dated 2 November 2011. The anticipated award will be a Firm Fixed Price Contract. The NAICS Code is 336312 and the size standard is 750 employees. The solicitation will be a 100% set-aside for small business. Description of requirement: This is a supply requirement for the pick-up, delivery, and exchange of refurbished crankshafts (cores) for GM 6.5L Diesel Engines. CLIN 0001: The Government will provide crankshafts to be refurbished by the contractor for exchange. Delivery Requirement: The contractor shall deliver 40 each refurbished crankshafts one week after initial pick-up of Government provided crankshafts, then 15 crankshafts per week for the next 9 weeks, and 20 crankshafts for the final week for a total of 195 crankshafts. The specific delivery schedule will be established at time of contract award. The contractor shall pick-up and deliver refurbished crankshafts from and to FOB Destination, Fort Hood, TX (physical address and POC will be provided at time of award). Normal duty hours for pick-up and delivery will be Monday through Friday, between 7:30 AM to 3:00 PM excluding Federal holidays. The contractor is required to pick up crankshafts to be refurbished for exchange within one business day of request from the Government. The contractor shall deliver refurbished crankshafts shrink-wrapped and palletized. Contractor shall provide refurbished crankshafts in accordance with Technical Exhibit A, Minimum Crankshaft Exchange Requirements. The contractor shall return all crankshafts that cannot be refurbished to the Government for substitution of another crankshaft. CLIN 0002: The contractor shall provide a Cleveite or Federal Mogul or GM brand bearing set with each crankshaft exchanged (quantities identified above in CLIN 0001). The size of the bearing set will be determined by the size of the crankshaft journal that was turned by the contractor. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following addenda is provided to this provision: Responses to this Request for Quotations shall be submitted with the following information: Solicitation Number; Name, Address, Telephone Number and contact information of the offeror, CAGE code, DUNS number, Unit Price (FOB Destination), Brand Name, part number and salient characteristics of items offered, and acknowledgement of all solicitation amendments. Quotes must indicate unit price and total amount per line item. Offerors that fail to furnish the required information or reject the terms and condition of the solicitation will be excluded from consideration. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following factors will be used to evaluate offers: Price and price related factors, and specifications of items offered. Award will be made to the offeror whose quote meets the stated criteria of the items requested at the lowest evaluated price. Offerors are cautioned that award may not be made on the basis of low price alone. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this acquisition. Offerors must include a completed copy of 52.212-3 with their offer. The FAR Clause at 52.212-4, Contract Terms and Conditions applies to this acquisition. Addendum to FAR Clause 52.212-4(a) Inspection/Acceptance: The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - HOLSTERS, 184 each, the contractor shall NOT ship 50 holsters on one shipment, following by 100 holsters on a subsequent shipmen and the final 34 holsters in still a third shipment. All items ordered on each line item in this contract shall be shipped at one time - no exceptions. Failure to adhere to this requirement will result in invoices being rejected in Wide Area Workflow and/or a delay in payment for non-conforming shipped quantities. The contract number shall be displayed clearly and be protected from damage during shipment. Failure to comply with this requirement could result in rejection of the shipment and the cost of return shipment to the point of origin being the sole responsibility of the contractor - no exceptions. The Government will conduct a 100% inspection of the crankshafts at the time of delivery. If the product meets the criteria of an exchangeable crankshaft, it will be accepted. If discrepancies are found at time of inspection, the product will be rejected and returned to vendor to correct discrepancies. Delivery of corrected crankshafts will be at next scheduled drop-off of crankshafts. The provision at 52.252-1, Solicitation Provisions Incorporated By Reference, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. It incorporates the following FAR clauses: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Rerepresentation. 52.222-19, Child Labor -- Cooperation 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. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The following FAR and DFAR Clauses apply to this acquisition: 52.204-7, Central Contractor Registration. 52.233-2, Service of Protest. 52.247-34, FOB Destination. 252.204-7003, Control of Government Work Product. 252.204-7004 Alt A, Central Contractor Registration. 252.211-7003 Alt I, Item Identification and Valuation. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.225-7002, Qualifying Country Sources as Subcontractors, 252.232-7003. Electronic Submission of Payments and Receiving Reports. 252.232-7010, Levies on Contract Payments. Offers shall be submitted to the Mission Installation Contracting Command, Mission Contracting Office-Fort Hood by the closing date of 23 December 2011, 1:00 PM CST to be considered for award. Offerors shall send offers via e-mail to amber.n.coyne.civ@mail.mil. The Department of Defense requires all contractors to register in the Central Contractor Registration (CCR) database to receive any contract award or payment. The CCR website is http://www.ccr.gov. All responsible sources may submit a quote which shall be considered by the Agency. All comments and questions regarding this solicitation shall be submitted in writing and sent to the following email address: amber.n.coyne.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/71430247570dbbed585a15184797174e)
 
Place of Performance
Address: MICC - Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
 
Record
SN02638408-W 20111215/111213234626-71430247570dbbed585a15184797174e (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.