SOLICITATION NOTICE
31 -- SOLE SOURCE - BEARING HALF SET, SLEEVE (STD) P/N 5702616 - Combined Synopsis/Solicitation
- Notice Date
- 2/5/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- TACOM - Anniston, Directorate of Contracting, ATTN: AMSTA-AN-CT, Building 221, 7 Frankford Avenue, Anniston, AL 36201-4199
- ZIP Code
- 36201-4199
- Solicitation Number
- DAAE24-03-Q-0042
- Archive Date
- 4/11/2003
- Point of Contact
- Linda Carlston, 256 235-4141
- E-Mail Address
-
Email your questions to TACOM - Anniston, Directorate of Contracting
(carlstonl@anad.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes th e only solicitation; proposals are being requested and a written solicitation will not be issued. The combined Synopsis/Request for Quotation (RFQ) number is DAAE24-03-Q-0042. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 dated 1-27-2003. The North American Industry Classification System (NAICS) Code is 336312, with a size standard of 750 employees. Anniston Army Depot (ANAD) intends to negotiate with the SOLE SOURCE prov ider, MIBA Bearings US LLC. See Numbered Note 22. Requirement: CLIN 0001 Description - Bearing Half Set, Sleeve, Part Number 5702616, NSN 3120-00-678-3230, Quantity ? 500. Deliver quantity of 100 on 1 Apr 03; 100 on 1 May 03; 100 on 2 Jun 03; 100 on 7 Jul 03; 100 on 1 Aug 03. Deliver to: Anniston Army Depot, Transportation Officer, Mark For: Central Receiving, Contract DAAE-24-03-P-xxxx, Building 513, Anniston, AL 36201-4199. FOB Destination will apply. THIS IS A COMMERCIAL ACQUISITION. FAR 52.212 -1, Instructions to Offerors - Commercial, applies to this acquisition. ADDENDUM TO 52.212-1c is changed as follows: Change 30 calendar days to 90 calendar days. The remainder of this paragraph remains the same. Furnish copy of Warranty with quotation. PACKAGING In accordance with ASTM Designation D 3951-90, Standard Practice for Commercial Packaging, material covered by this contract will be acceptable with supplier's off-the-shelf or over-the-counter packaging providing: (1) Cleanliness: Items shal l be free of dirt and other contaminants which would contribute to deterioration of the item or which would require cleaning by the customer prior to use. Coatings and preservatives applied to the item for protection are not considered contaminants. (2) Preservation: Items susceptible to corrosion or deterioration shall be provided protection such as preservative coatings, volatile corrosion inhibitors, or desiccated unit packs. (3) Cushioning: Items requiring protection from physical and mechanical da mage or which are fragile in nature shall be protected by wrapping, cushioning, pack compartmentization, cartonizing, or other means to mitigate shock and vibration during handling and shipment. (4) The quantity per unit pack shall be the same as that use d in commercial distribution or over-the-counter retail sales. (5) The individual items not unit-packed may either be packed in shipping containers or shall comply with the regulations of the carrier used. (6) The exterior (shipping) containers shall con tain a packing list or other documentation setting forth contents and shall be addressed as specified in the ?Ship To? portion of this order. (7) Shipping Containers: The shipping container (including any necessary blocking, bracing, cushioning, and wate rproofing) shall comply with the regulations of the carrier used and shall provide safe delivery to the destination. MARKING. Unless otherwise specified, exterior packs shall, as a minimum, be marked as follows by any means that provides legibility and du rability: a. National Stock Number (NSN), Management Control Number (MCN), or Part Number. b. Noun. c. Quantity, unit, and unit of issue. d. Contract, Purchase Order, or Delivery Order number. e. _n/a__ This is a Property Book Item. NOTE: When a discount is offered to the Government as consideration for expediting payment, request the face of the packing slip and invoice be annotated DISCOUNT OFFERED. Award will be made to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, considering price and price related factors. Offerors MUST INCLUDE WITH OFFER a completed copy of FAR 52.212-3, Offer or Representations and Certifications - Commercial Items, and a completed copy of DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. ADDENDUM TO 52.212-4(o) is changed as follows: Delete: ?The contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.? Add: The Contractor sha ll offer the Government at least the same warranty terms, including extended warranties, offered to the general public in customary commercial practice. The warranty, as a minimum, shall include all parts, labor, freight associated with coverage, travel e xpense, per diem, lodging, and all other cost associated with repair of equipment. The contractor shall be responsible for a one year warranty for all repair of equipment, materials, and services delivered in accordance with this contract. Should any bre akdown occur or should any repair be required, the Contractor shall have a field service representative at the machine site ready to make any repairs within 48 hours after notification of a problem. The warranty shall cover all expenses incurred by the co ntractor as a result of the representative?s visit. All defective parts or parts requiring repair shall be replaced at no additional cost to the government for the duration of the one year warranty period. The clause at FAR 52.212-5, Contract Terms and C onditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, to include clauses FAR 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.223-9, 52.225- 13, 52.232-33, 52.232-36 Other applicable FAR clauses: 52.204-6, 52.222-1, 52.222-18, 52.232-18, 52.222-22, 52.222-25. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies, including FAR 52.203-3, DFARS 252.225-7001, 252.225-7014, 252.225-7016, 252.243-7002, 252.247-7023, 252.247-7024. SIGNATURE AUTHORITY (a) The individual signing this offer must have authority to bind the offeror to a contrac t. FAR 4.102(a) through (e) require that the contracting officer have specific evidence of the signer's authority to bind the offeror. This evidence of authority is a condition that must be met before the contracting officer can execute any contract resu lting from this solicitation. (b) Offerors must provide evidence, appropriate to their business category, of the signer's authority to bind them on a contract. This evidence may be: (1) Furnished as an attachment to its offer; or (2) Identified in its o ffer by specific reference to an earlier offer submitted to this buying office within the past 12 months, where the signer's authority was confirmed by attachment to that offer; or (3) Furnished upon receipt of a specific request for the information from t he contracting officer. (Note that, per FAR 52.214-12(b) and 52.215-13(b), agents signing on behalf of another offeror must provide evidence of their authority per (b)(1) or (2) above.) AMC-LEVEL PROTEST PROGRAM If you have complaints about this procur ement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek r esolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, a nd within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely , protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command, Office of Command Counsel, ATTN: AMCCC-PL, 5001 Eisenhower Ave, Alexandria, VA 22333-0001 , Facsimile number (703) 617-4999/5680, Voice Number (703) 617-8176. The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/ protest/protest.html . If Internet access is not available contact the contracting officer o r HQ, AMC to obtain the AMC-Level Protest Procedures. This order is not a rated order under the Defense Priorities and Allocations System (DPAS). Offers are due no later than 12:00 PM local time, 10 FEB 03. 52.000-4706 ELECTRONIC SUBMISSION OF OFFERS Al l responses to this solicitation must be submitted in digitized format. Paper copy responses will not be accepted. You may submit your response to Anniston Army Depot (ANAD) using email (only to acqnet@anad.army.mil) or fax your offer to our fax modem at telephone number 256 235-4618. Offers submitted using any other means will not be accepted. If format is other than Microsoft Word, Microsoft Excel, Microsoft Access, Microsoft PowerPoint, or Portable Document Format (PDF), a reader must be provided. O fferor must insure its offer, in its entirety, reaches the Directorate of Contracting, Anniston Army Depot, before the time set for opening or closing of the solicitation. Any clauses or provisions of this solicitation which mention writing, returning, or submission of offer will mean electronic submission as stated in the paragraph above. Electronic offers must identify the solicitation and the opening/closing date, and include, as a minimum, the following: a. The Offer filled out and signed. b. All ap plicable fill-in provisions from the solicitation must be completed. c. Any other information required by the solicitation. Lateness rules are outlined in the solicitation. If you choose to password-protect access to your offer, you must provide the pass word to ANAD before the opening or closing date. Contact the buyer identified on the cover page of this solicitation to arrange a means of providing the password. Passwords used only for the purpose of write protecting files need not be provided. Offeror s shall make every effort to ensure that their offer is virus-free. Offers (or portions thereof) submitted which DO reflect the presence of a virus, or which are otherwise rendered unreadable by damage in either physical or electronic transit, shall be tr eated as unreadable. See Federal Acquisition Regulation 14.406 or 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. Any bid bond required by this solicitation must be submitted with offer in the above men tioned electronic format. Also, the properly completed original bid bond must be furnished to the Directorate of Contracting, Anniston Army Depot, 7 Frankford Ave, Anniston, AL 36201-4199, prior to the opening or closing of the solicitation. Requests for general information concerning this solicitation should be made to Linda Carlston, Contract Specialist, (256) 235-4141, or email: carlstonl@anad.army.mil .
- Place of Performance
- Address: TACOM - Anniston, Directorate of Contracting ATTN: AMSTA-AN-CT, Building 221, 7 Frankford Avenue Anniston AL
- Zip Code: 36201-4199
- Country: US
- Zip Code: 36201-4199
- Record
- SN00253702-W 20030207/030205213621 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |