SOLICITATION NOTICE
43 -- Service of Haskel Pumps Model R26968
- Notice Date
- 8/18/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333996
— Fluid Power Pump and Motor Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- W91KE78204B002
- Response Due
- 8/27/2008 12:00:00 PM
- Archive Date
- 9/11/2008
- Point of Contact
- SFC Bryan N Dilligard, Phone: 910-432-0208
- E-Mail Address
-
dilligab@soc.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army Special Operation Command (USASOC) has a requirement for Service of 2 each, Haskel Pumps Model R26968. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 under simplified acquisition procedures, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference the Request for Quotation number W91KE78204B002. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-18. It is the Contractor’s responsibility to be familiar with all applicable clauses and provisions. Federal Acquisition Regulations and Defense Federal Acquisition Regulations Supplements (DFARS) provisions and clauses may be downloaded at http://farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 334519. Size Standard is 500 employees. This requirement is set aside 100% for small business. This acquisition will result in a Firm Fixed Price (FFP) Purchase Order. To be eligible, offerors shall be registered in the Central Contractor Registration: www.ccr.gov. REQUIREMENT: Service, and Safety Inspection of 2 each, Haskel Pumps Model R26968. The pumps are used to compress air into Scuba and Military Freefall breathing apparatuses. Contractors shall be certified by Haskel to service and repair the Haskel Pump Model R26968 and shall provide all parts, labor, return shipping, and the facility to repair the pumps. The pumps shall be serviced in a clean room complaint to MIL-STD-1330D. It is the contractor’s responsibility to be familiar with MIL-STD-1330D and to ensure the repair facility is in compliance at the time of contract award. Service shall include disassembly, cleaning, and evaluation of all components as well as replacement of soft seals, springs, stems, and all other parts considered worn and in need of replacement. Submission Requirement: To ensure that sufficient information is available for technical evaluation, the offeror shall furnish a written copy of their Authorization/Certification from Haskel International, Inc. to service and repair the specified pumps: certification of compliance with MIL-STD-1330D; location of repair facility, and all-inclusive pricing information for standard servicing, repair, and rebuild of the specified pumps. Offerors not providing technical information may be excluded from competition. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1 Instructions to Offerors – Commercial Items; FAR 52.212-2 Evaluation – Commercial Items, in relative order of importance are: Price, Technical Acceptability, and Past Performance. Award will be made to the lowest priced, technically acceptable quote from a responsible offeror submitting an offeror submitting an offer found to be most advantageous to the government. The following FAR and DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 08) 52.212-3 Offeror Representations and Certification--Commercial Items (JUN 08) 52.212-4 Contract Terms and Conditions-- Commercial Items (FEB 07) 52.212-5 (Dev) Contract Terms and conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation) (JUN 08) 52.219-6 Notice Of Total Small Business Set-Aside (JUN 03) 52.222-41 Service Contract Act Of 1965, As Amended (NOV 07) 52.252-2 Clauses Incorporated By Reference (FEB 98) 52.252-5 Authorized Deviations In Provisions (APR 84) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (SEPT 07) 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (Deviation) (MAR 08) 252.232-7003 Electric Submission of Payment Requests and Receiving Reports (MAR 08) QUOTES ARE DUE: Quotes shall be received at HQ, USASOC ATTN: AOCO (Bryan Dilligard), Building E-2929, Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 12:00 p.m. EST, 27 August 2008. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-2114. E-mail submissions will be accepted at dilligab@soc.mil. However, due to the instability of electronic transmissions, it is the offeror’s responsibility to ensure receipt. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include all requested technical and pricing information, (2) completed Representations and Certifications (or ORCA information) and (3) acknowledgement of any amendments that may be issued. Questions must be submitted in writing and shall be received no later than 21 August 2008. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published electronically the same as this combined synopsis/solicitation. The point of contact for this requirement is Bryan Dilligard (910) 432-0208 and e-mail dilligab@soc.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8ccff2861c66e67826abedd3c4682b59&tab=core&_cview=1)
- Place of Performance
- Address: Fort Bragg, North Carolina, 28310, United States
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN01643600-W 20080820/080818221353-8ccff2861c66e67826abedd3c4682b59 (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 |