Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2013 FBO #4116
SOLICITATION NOTICE

38 -- Remanufacture Caterpillar Dozer - PWS

Notice Date
2/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-RSA-LEAD - (SPS), 1 OVERCASH AVE KO, BLDG 2 SOUTH, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
 
ZIP Code
17201-4150
 
Solicitation Number
AJN00030080001
 
Point of Contact
Laura J. Buehler, Phone: 7172679617
 
E-Mail Address
Laura.J.Buehler.civ@mail.mil
(Laura.J.Buehler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS CLIN 0001 -Remanufacture Caterpillar dozer IAW the attached Performance Work Statement. 1 each. Work must be performed by Caterpillar certified technicians. All items shall be delivered FOB Destination to Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (FEB 2012) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation shall be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-7 Central Contractor Registration (DEC 2012); FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (DEC 2012); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012); FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (NOV 2012); FAR 52.222-3 Convict Labor (JUNE 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); FAR 52.233-3 Protest after Award (AUG. 1996); FAR 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004); FAR 52.247-34, F.o.B Destination (NOV 1991) FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); 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) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992); DFARS 252.204-7004 Alternate A Central Contractor Registration (SEP 2007); DFARS 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2010); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009); DFARS 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010); DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012); DFARS 252.232-7010 Levies on Contract Payments (DEC 2006); DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (JUN 2012) DFARS 252232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: Lowest Price, Technically Acceptable. The Government intends to evaluate and award a contract without discussions with offeors. (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. (End of provision) ADDENDUM TO FAR 52.212-2 Technical acceptability shall be determined on past performance and proof of Caterpillar certified technicians. Contractor shall submit past performance information on three awards within the past five years for the same or similar Caterpillar remanufacture. Include contract number, total award amount, POC name with phone number and email address. Submit resumes of current Caterpillar certified technicians intended for this requirement. Submit any current partnering agreement. (End of provision) IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Central Contractor Registration (CCR). In accordance with FAR 4.1102, Offerors must be registered in the Central Contractor Registration (CCR) database in order to be eligible for contract award. No award will be made to an Offeror not registered. Registration can be accomplished at http://www.ccr.gov. Registration in this database must be kept current. As of 29 Jul 12, the FAR 4.1102 requirement is satisfied by being registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM. For those vendors that were previously registered in CCR, active registrations have transferred to SAM. 3) Online Representations and Certifications Application Registration (ORCA). In accordance with FAR 4.1201, Offerors shall complete electronic annual representations and certifications in the Online Representations and Certifications Application (ORCA) database at https://www.acquisition.gov in conjunction with the required registration in the CCR database. Registration in this database must be kept current. As of 29 Jul 12, the FAR 4.1201 requirement is satisfied by providing representations and certifications in the System for Award Management (SAM) at https://www.sam/gov/portal/public/SAM. Active representations and certifications previously entered in ORCA have transferred to SAM 4) IAW FAR provision 52.212-2, Evaluation-Commercial Items, Offerors must submit all information requested in order for the Government to determine technical acceptability. 5)Payment for this action will be made by Electronic Funds Transfer (EFT) through the Defense Finance and Accounting Services (DFAS) utilizing Wide Area Work Flow (WAWF). See FARS clause 252.232-7006 for Wide Area Work Flow Instructions. 5) All Amendments, if applicable, must be acknowledged; 6) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement not later than 5 calendar days prior to the closing date. Any questions received after that time may be answered at the discretion of the contracting officer. 7) Facsimile and email offers will be accepted. Site visit: A site visit is scheduled for 11 Mar 13, 1:00 P.M.Eastern Time. Site visit attendance is urged but not mandatory; however, failure to attend the site visit shall not be a reason for price increases to the contract after contract award. Submit the names of all attendees to Laura Buehler, Contract Specialist. Submit the names of attendees no later than 2:00 P.M., 8 Mar 13. Offerors who do not submit names of attendees will not be given access to the site. All attendees will meet at Building 2S, Directorate of Contracting, Letterkenny Army Depot, Chambersburg PA. Offerors are required to obtain a vistor's pass from the Wisconsin Gate Security Office prior to arriving at Building 2S. Please allow at least 45 minutes for this process. You must provide a current picture identification, vehicle registration and proof of insurance to obtain a pass. Response Time- Request for Quotation will be accepted at the Letterkenny Army Depot, 1 Overcash Ave, ACC-Redstone-LEAD, Bldg 2S, Chambersburg, PA 17201 not later than 9:00 A.M.Eastern Time on 22 Mar 2013. All quotes must be marked with RFQ number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d6873df5870149059b1423e3d180852a)
 
Place of Performance
Address: LEMC Munitions Center, Chambersburg, Pennsylvania, 17201, United States
Zip Code: 17201
 
Record
SN02998623-W 20130302/130228234832-d6873df5870149059b1423e3d180852a (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.