Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
SOLICITATION NOTICE

J -- Engineer Equipment 500 Hour Service

Notice Date
1/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J210T0005
 
Response Due
1/29/2010
 
Archive Date
3/30/2010
 
Point of Contact
Gary Brown, 608.427.7273
 
E-Mail Address
USPFO for Wisconsin
(gary.daniel.brown@us.army.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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Potential offerors must be registered in the Central Contractor Registration (CCR) in order to transact business with the Government. The North American Industry Classification System (NAICS) Code is 333120; the Standard Industrial Classification Code is 5082. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation W912J2-10-T-0004 is issued as a Request for Proposal (RFP). This Requirements Contract is to provide 500 Hour Services for the Wisconsin Army National Guard at the MATES 242 East G Street, Fort McCoy, WI 54646-5225 for the engineer equipment listed in the attached spreadsheet. The contractor must be able complete the attached services in its entirety before 28 February 2010. Proposals must use the attached excel workbook, and include the following information: a) Unit price for annual service per vehicle by type, b) Unit price per replacement parts required for servicing the vehicles, c) Per hour labor charge for any additional faults that are found and approved by the Contract Specialist through a written addendum to the contract, d) Price shall be FOB destination. Proposals shall be evaluated as Lowest Price Technically Acceptable to the Government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non cost factors. This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-27. All clauses and provisions as of the date of the notice apply to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications applies to this acquisition. A completed-signed copy of this provision shall be submitted with proposal. The clause at FAR 52.212-4, Contract Terms and Conditions applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. Simplified Acquisition Procedures will be utilized. For technical questions please e-mail to: gary.daniel.brown@us.army.mil Any change in specification shall be authorized only by the Contract Specialist and will be issued by written addendum. Notification of any change shall be via the web site at: https://www.fbo.gov/. Offers are due by 3 PM CST, January 29, 2010 late offers will not be considered. Either fax to (608) 427-7279, Attn: Gary Brown or e-mail to gary.daniel.brown@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J210T0005/listing.html)
 
Place of Performance
Address: WIARNG Mates 242 East G Street Fort McCoy WI
Zip Code: 54646
 
Record
SN02047468-W 20100124/100122235131-4cf20229d08eee14eb64de2b276fc3f1 (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.