Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2024 SAM #8247
SOLICITATION NOTICE

J -- Blanket Purchase Agreement (BPA) - 924H Caterpillar Bucket Loader Maintenance Services

Notice Date
6/24/2024 10:03:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E524Q0018
 
Response Due
6/28/2024 10:00:00 AM
 
Archive Date
07/13/2024
 
Point of Contact
Tomeka McNeely
 
E-Mail Address
Tomeka.J.McNeely@usace.army.mil
(Tomeka.J.McNeely@usace.army.mil)
 
Description
The response date is extended to Friday, June 28, 2024. The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) requires commercial sources for the procurement of corrective and preventative maintenance, troubleshooting, diagnostics, and repair services for its model 924H Caterpillar Loader (serial # LKW00192) located at their facilities in Hanover, NH. The vendor must have Caterpillar diagnostic equipment. CRREL intends to establish Master Blanket Purchase Agreements (BPAs) in order to facilitate the procurement of these supplies and services. The North American Industry Classification System (NAICS) � 811310 � Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance was determined to best represent this requirement. The small business size standard is $12,500,000.00. A BPA is a simplified method of filling anticipated repetitive needs for supplies or services by establishing �charge accounts� with qualified sources of supply. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide the required air charter services exclusively for the U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC). If and when requested, the Contractor shall provide services and supplies for cold box test chambers in accordance with the specific requirements for the individual Call/Order. Performance Specifications:� The primary aspect of this requirement shall include diagnostic and exploratory labor, corrective and preventive maintenance, maintenance and repair, report preparation, programming, and other services/supplies as specified at the Call level to fully identify all problems to be followed by repairs as needed. If and when requested, the vendor shall provide supplies and or services in accordance with the specific requirements for the individual BPA Call which may include, but are not limited to, the following broadly encompassing categories: Performance testing and diagnostic work to identify any failed equipment. Preventative maintenance agreements and services as described in the owner�s manual. Maintenance kits. Corrective maintenance for failing or failed components Troubleshooting of undetermined degradation of performance. Replacement and installation of components as they wear out (e.g., wiper blades, tires, belts, hoses, lights, etc.) Replacement and installation of equipment parts (e.g., batteries, brake recondition, starters, radiator, water pump, alternator, fuel pump, hydraulic cylinder). Minor modifications to the 924H (e.g., a lifting hook to be mounted to the bucket or forks) Interested vendors need only provide a response (letter format) which verifies the company�s interest in providing the needed services/supplies and confirmation that they are capable of providing the requested services/supplies within the guidelines identified in the BPA solicitation. Review the attached BPA solicitation for all performance requirements, terms, and conditions. Please provide responses to this notice NLT 12:00 PM (CST), 28 June 2024 to: Tomeka.J.McNeely@usace.army.mil Note: In order to be eligible for award of a Government contract, offerors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications. An offeror is required to be registered in SAM when submitting an offer and shall continue to be registered until time of award, during performance, and through final payment of any agreement resulting from this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/580a71629eb04bfca20fcaf42759bac0/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN07105389-F 20240626/240624230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.