Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2016 FBO #5322
SOLICITATION NOTICE

38 -- 420E Backhoe Overhaul

Notice Date
6/17/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883616T0285
 
Response Due
6/21/2016
 
Archive Date
7/6/2016
 
Point of Contact
Jacklyn M. Roberts 904-542-1028
 
Small Business Set-Aside
Total Small Business
 
Description
420E Backhoe Overhaul Gulfport, MS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 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. The solicitation number is N68836-16-T-0285 and this solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-88. The small business standard for the associated NAICS code is 333120 with a size standard of 1,250 employees. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC), Jacksonville, Florida is soliciting proposals of companies to provide an overhaul for an inoperable 420E Backhoe for the Naval Mobile Construction Battalion One (NMCB 1). The Contractor shall provide an overhaul in accordance with (IAW) the attached Description of Supplies. The required parts must be compatible with existing Caterpillar parts on the equipment; see Sole Source Justification attached. The Contractor shall provide an overhaul of a 420E Backhoe with the following description: 1. Required parts must be compatible with existing Caterpillar parts 2. Equipment must be reassembled after replacing parts 3. Backhoe must be fully operational and meet SEBU8697-03 420E and 430E Backhoe Loaders- Operational and Maintenance Manual Standards Date for completion shall be within 30 days after contract award. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses and provisions incorporated by reference apply to this combined synopsis/solicitation: 52.204-7 System For Award Management; 52.204-13 System for Award Management Maintenance; 52.204-19 Incorporation by Reference of Representation and Certifications; 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations “ Representation; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.212-1 Instructions to Offerors “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.215-1 Instruction to Offerors “ Competitive Acquisitions; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-13 Restrictions On Certain Foreign Purchases; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 52.247-29 F.O.B. Origin; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7004 Alt A, System for Award Management; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-0004) (JAN 2012); 252.225-7001 Buy American And Balance Of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.244-7000 Subcontracts For Commercial Items and Commercial Components; 252.247-7023 Transportation of Supplies By Sea The following FAR, DFARS, and Local clauses and provisions incorporated by full text apply to this combined synopsis/solicitation (see attachment): 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items (Deviation); 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.203-7996 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements ” Representation (Deviation 2016-O0003)(OCT 2015); 252.203-7997 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003)(OCT 2015); 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011 Alternative Line-Item Structure; 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2016 Appropriations (Deviation 2016-O0002)(OCT 2015); 252-211-7003 Item Unique Identification and Valuation; 252.232-7006 Wide Area Workflow Payment Instructions Offerors must include a completed copy of the provisions at 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law and 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I), with their offer. Only one award will be made under FAR Part 12 procedures. The awarded contract will be of a Firm Fixed Price Purchase Order (PO). Proposals are due NLT 4:00 p.m. Eastern Standard Time, 21 June 2016. The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis, considering past performance. The Government intends to award without discussions, however, reserves the right to hold discussions, if necessary. Therefore, offerors should provide their best possible proposal from a technical and pricing standpoint. Send proposals via email to jacklyn.roberts@navy.mil or fax to 904-542-1098 ATTN: Jacklyn M. Roberts. Copies of FAR and DFARS clauses/provisions may be accessed via the internet at http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/88a000ab7783696c8df6773a629c5d67)
 
Record
SN04153941-W 20160619/160617234514-88a000ab7783696c8df6773a629c5d67 (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.