SOLICITATION NOTICE
J -- Combined Synopsis/Solicitation
- Notice Date
- 8/8/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF30957853-2
- Response Due
- 8/22/2013
- Archive Date
- 10/7/2013
- Point of Contact
- Robyn D. Wells, 601-634-5321
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(robyn.d.wells@usace.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. Solicitation Number W81EWF30957853 is being issued as a Request for Quotes (RFQ) with intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. This requirement is a 100% set aside for Small Business Concerns under North American Industry Classification System (NAICS) code for the procurement is 811310 with a Small Business size standard of $7 million. The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) Contracting Office, has a requirement for the refurbishing of a Centrifuge Hydraulic System. The original manufacturer of the Centrifuge is Actidyne and the model number is 684-1. The Centrifuge hydraulic system is currently not operational. A complete evaluation is required on each item. The system will be dismantled, inspected and tested. Parts will be replaced as needed if they are not repairable, repack and return for reinstallation onto the Centrifuge mainframe. Requirements 1.Draining the system. The entire hydraulic supply system will be drained of oil. The oil will be discarded. 2.The hydraulic oil reservoir will be removed from the centrifuge mainframe and thoroughly cleaned using solvent and a brush. After cleaning, the interior surfaces of the reservoir should be examined to check for any rust or other potential sources of oil contamination. After appropriate treatment of any corrosion, the reservoir will be reinstalled using new gaskets and o-rings as necessary. 3.Six hydraulic accumulators will be removed from the system and partially disassembled to clean and check for any damages. All seals and bladders will be replaced. 4.Hydraulic pump will be removed from the centrifuge, thoroughly cleaned using solvent, brush and compressed air. It will then be tested and reinstalled. The pump may need to be refurbished or replaced. 5.Motor will be removed from the centrifuge, checked out on the bench. It will then be tested and reinstalled. The motor may need to be refurbished or replaced. 6.Hydraulics Service Manifold (HSM), all filters in the system must be checked and replaced as needed for proper operations. 7.After reinstallation of the hydraulic oil reservoir and pump, the oil will be polished. The pump, at low pressure setting, will force the oil through the 3 micron filter for 8 to 12 hours to achieve ISO 1/14/11 cleanliness. Duration of Contract This contract will be awarded to the contractor that can meet the requirements in the most expeditious time. Duration of this effort should not exceed 1 month. Deliverables The deliverables on this contract will be an operational hydraulic system which includes the testing of the system by polishing of the oil passing 3 m filters for 8 to 12 hours. Service Location The delivery/work location is the Engineer Research & Development Center (ERDC), Geotechnical & Structures Laboratory (GSL), 3909 Halls Ferry Road, Vicksburg, MS 39180. Actual pictures of the Centrifuge are attached. A site visit is scheduled for Monday, August 19, 2013, at 10:00 a.m. If you plan to participate in the site visit, please email Robyn D. Wells at robyn.d.wells@usace.army.mil no later than Thursday, August 15, 2013, at 12:00 p.m. so preparation can be made for your arrival. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Award shall be made to the responsible offeror whose proposal is determined to be Lowest Price Technically Acceptable in accordance with Clause 52.212-2 Evaluation -Commercial Items. The Clause 52.212-4, Contract Terms and Condition - Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-5, 52.225-13, and 52.232-33. The clause at FAR 52.204-7, Central Contractor Registration, FAR 52.233-3, Protest After Award, and FAR 52.233-4, Applicable Law for Breach of Contract Claim. The clause at DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A, Central Contractor Registration Alternate A, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, and DFARS 252.232-7010, Levies on Contract Payments applies to this acquisition. If you are not registered in the System for Award Management (SAM), an award cannot be made to your company. You may register electronically at https://www.sam.gov/. Registering electronically will expedite the registration process acquisition. All quotes should be emailed to: robyn.d.wells@usace.army.mil no later than 4:00 PM CST 22 August 2013. Point of Contact is Robyn D. Wells, Contract Specialist. Any questions shall be emailed to Robyn D. Wells. A Question and Answer Document will be uploaded if questions arise. It is the interested Offerors responsibility to check the document for updated information. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF30957853-2/listing.html)
- Place of Performance
- Address: USACE-GSL 3909 HALLS FERRY ROAD, VICKSBURG MS
- Zip Code: 39180-6199
- Zip Code: 39180-6199
- Record
- SN03142092-W 20130810/130808235355-e05fabc0caa4a48f10f716ed702fe9db (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 |