Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2019 FBO #6509
SOLICITATION NOTICE

28 -- Engine Rebuild

Notice Date
9/19/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO MN 148 MSC, 4685 VIPER ST, DULUTH, Mississippi, 55811-6012, United States
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM19Q6041
 
Archive Date
10/10/2019
 
Point of Contact
Christopher C Fisher, Phone: 2187887242
 
E-Mail Address
christopher.c.fisher10.mil@mail.mil
(christopher.c.fisher10.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-04. This combined synopsis/solicitation is a projected FAR 13 Limited Sources. North American Industrial Classification Standard 811111 applies to this solicitation; business size standard is $7.5m dollars. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS ACQUISITION. NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATED FUNDS ARE MADE AVAILABLE. The government intends to award a contract to: INTERSTATE POWER SYSTEMS DBA: INTERSTATE POWERSYSTEMS DUNS: 095957338 for the repair of a Detroit engine. This engine was previously worked on under contract W912LM18P6033. The prior awarded vendor failed to repair the engine previously, resulting in internal brass shavings within the oil. They then received back the engine for repair at their facilities only to have the engine fail a second time upon resubmission to the government. Interstate Power Systems was used as a neutral third party to diagnose the issues for potential legal action. The diagnosis is complete, and the government intends to follow-up the diagnosis with an award to complete the repair. The government does not intend to lose positive control over this engine by shipping it remote. This engine has been unserviceable for over a year. All questions and quotes must be directed to 148 Contracting Officer via email at usaf.mn.148-fw.list.msc-personnel@mail.mil. Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, and past performance. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted. The government will seek 3rd party consumer reviews of quoted items to determine technical ratings. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. At the time of evaluation of your quote, your company must have an active status in SAM.gov. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. The selected Offeror must comply with the following Clauses, which are incorporated herein by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct-18 52.204-18 Commercial and Government Entity Code Maintenance Jul-16 52.204-19 Incorporation by Reference of Representations and Certifications. Dec-14 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Oct-15 52.212-4 Contract Terms and Conditions--Commercial Items Oct-18 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items Aug-19 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2018-O0021) Aug-19 52.219-28 Post-Award Small Business Program Rerepresentation Jul-13 52.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan-18 52.222-21 Prohibition Of Segregated Facilities Apr-15 52.222-26 Equal Opportunity Sep-16 52.222-36 Equal Opportunity for Workers with Disabilities Jul-14 52.222-50 Combating Trafficking in Persons Jan-19 52.223-5 Pollution Prevention and Right-to-Know Information May-11 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. Jun-16 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving Aug-11 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 52.232-39 Unenforceability of Unauthorized Obligations Jun-13 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation Apr-84 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB-98 52.252-6 Authorized Deviations In Clauses Apr-84 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Oct-16 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct-16 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May-16 252.211-7003 Item Unique Identification and Valuation Mar-16 252.225-7000 Buy American--Balance Of Payments Program Certificate-- Basic (Nov 2014) Nov-14 252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic Dec-17 252.225-7048 Export-Controlled Items Jun-13 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Dec-18 252.232-7010 Levies on Contract Payments Dec-06 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Jun-13 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS Dec-18 Provisions 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation Jan-17 52.204-7 System for Award Management Oct-18 52.204-16 Commercial and Government Entity Code Reporting Jul-16 52.204-17 Ownership or Control of Offeror Jul-16 52.204-20 Predecessor of Offeror Jul-16 52.204-22 Alternative Line Item Proposal Jan-17 52.207-4 Economic Purchase Quantity-Supplies Aug-87 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb-16 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. Dec-16 52.225-18 Place of Manufacture Aug-18 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. Aug-18 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations Mar-18 Small Business Set-Aside 52.219-6 Notice Of Total Small Business Set-Aside Nov-11 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8ebd08d61a42637b1bb13823714eced6)
 
Place of Performance
Address: Vendor location, Duluth, Minnesota, 55811, United States
Zip Code: 55811
 
Record
SN05450691-W 20190921/190919230803-8ebd08d61a42637b1bb13823714eced6 (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.