Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
SOLICITATION NOTICE

J -- OVERHAUL TG-12A DRIVE MOTORS

Notice Date
3/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-6843
 
Response Due
3/29/2016
 
Archive Date
4/28/2016
 
Point of Contact
Point of Contact - Christopher Pineza, Contract Specialist, 619-553-2930; Dorothy J Powell, Contracting Officer, 619-553-4455
 
E-Mail Address
Contract Specialist
(christopher.pineza@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
N66001-16-T-6843 DUE: March 29, 2016 SMALL BUSINESS SET ASIDE/BRAND NAME This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-16-T-6843 for (Overhaul fourteen (14) TG-12 drive motors, P/N: 72060(in accordance with the attached drawings) that are used to oscillate the antennas in the AN/FPN-63(V) precision approach radar (PAR) in support of PAR ISEA. This requirement is set-aside for small businesses, NAICS code is 811219 and the size standard in millions of dollars $20.5. ITEM DESCRIPTION Item 0001 MINIMUM GOVERNMENT SPECIFICATIONS: The government requires the overhaul of fourteen (14 ea.) Moda Magnetics / American Electronics motors (part number 60R-0178) to meet the original design. Moda Magnetics / American Electronics motors are no longer manufactured and the remaining motors require complete overhauls in order to be restored to "A" Condition. Motor Specifications: 1/3 HP, 1800 RPM, 208 Volt, 2.3 AMP, 3 Phase. Scope of Overhaul Work: Conduct incoming electrical tests on each motor Disassemble each motor and inspect and perform electrical tests on windings Clean as needed Measure all machine fits Recondition or replace motor shaft as needed Dynamic balance of motor shaft Reinsulate windings as necessary Machine both end bells as required Install new shaft bearings and seals Perform outgoing tests upon reassembly and test run at rated voltage Paint forest green Provide results of all testing and inventory of replacement parts by motor serial number to government Qty: 1 LOT ITEM 0002 Shipping: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway BLDG OT7 San Diego CA To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, T AA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. Quotes will be evaluated on an "all or none" basis. This RFQ closes on March 29, 2016 at 10:00 AM, Pacific Daylight Time (PDT). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-16-T-6843 All questions must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-16-T-6843 PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil The point of contact for this solicitation is christopher.pineza@navy.mil. Please include RFQ N66001-16-T-6843 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-87 (07 Mar 2016) and Defense Federal Acquisition Regulation Supplement (DFARS), 26 Feb 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications Commercial Item applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: 52.204-2, Security Requirements 52.204-6, Data Universal Numbering System (DUNS) 52.204-99, System for Award Management Registration (Deviation) 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) 52.214-3, Amendments to Invitations for Bids 52.214-4, False Statements and Bids 52.214-5, Submission of Bids 52.214-6, Explanation to Prospective Bidders 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids. 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict LaborE.O. 11755) 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity(E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)) 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332) 52.233-3, Protest After Award (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78) DFAR 252.211-7003, Unit Identification and Valuation (applies to items over 5k). DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting). 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001) (DEC 2015) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001) (DEC 2015)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4b724638e7d44ae9a5c4a11f7de7e6f6)
 
Record
SN04058136-W 20160324/160323000127-4b724638e7d44ae9a5c4a11f7de7e6f6 (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.