Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2004 FBO #0998
MODIFICATION

K -- Modification Changing the Solicitation Number from W912LP-04-R-0007 to W912LP-04-R-0009, due date and verbage changes.

Notice Date
8/18/2004
 
Notice Type
Modification
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-04-R-0007
 
Response Due
8/26/2004
 
Archive Date
10/25/2004
 
Point of Contact
Renee Berg, 515-252-4615
 
E-Mail Address
USPFO for Iowa
(renee.berg@ia.ngb.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 FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement co nstitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number W912LP-04-R-0009. All proposals shall reference the RFP number and shall be submitted by 4:30 P.M. local time on 26 Aug 2004. The anticipated award date is 28 Aug 2004. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-24 dated 18 June 2004. This s olicitation is issued under Full and Open Competition. The North American Industry Classification system code (NAICS) 334513 size standard of 500. The Iowa Army National Guard is requesting a complete upgrade for its A8020/22 Fuel Injection Pump Test Sta nd System (NSN 4910-01-465-4537) currently located at its National Maintenance Training Center. The stand will be upgraded to a A2000 Fuel Injection Stand. The upgrade is necessary due to the obsolescence of key components that were later incorporated int o the design. The current inventory of the components on the machine and a list of some of the requested upgrade components are displayed on://216.81.179.134/ebs/advertisedsolicitations.asp. in an attachment under the current solicitation number. All existing accessories can be used on the upgraded test stand. The vendor is responsible for cross-referencing the part numbers being request ed to the current part numbers. Vendor should offer separate pricing for all accessories on a piece part pricing scheme to replace any components that are out of specification or missing from the accessory kits originally provided with the system. Vendor w ill pick up and deliver the Fuel Injection Pump Test Stand System from the National Maintenance Training Center, 7700 NW Beaver Drive, Johnston, IA 50131-2416. Required delivery date for upgraded system will be 27 Dec 2004. 52.212-2, Evaluation  Commerci al Items (Jan 1999) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous representing the best value to the Government price and other factors considered. The technical factors will be rated significantly higher than the cost factors. The technical factors include ability to meet specifications, past performance and delivery date. The vendor shall outline in sufficient detail how they intend to provide the required maintenance actions and supplies outlined in the aforementioned text. The information provided by the vendor will be used to allow a board to review and rate the proposal. Past performance will be evaluated as follows: Evaluation of p ast performance shall be based on information provided by the offerors and any other information the Government may obtain by following up on the information provided by the offerors and/or through other sources. The offeror must identify three Federal, St ate or local Government and private contracts for which the offeror has supplied similar services or supplies to those identified in this solicitation. References should include the most recent contracts completed within the last five years. The offeror shall provide a point of contact, current telephone numbers and fax numbers for each contract. The vendor shall identify the number of days it will take to provide the requested supplies and services. Failure to do so will indicate an acceptance of a deli very date of Dec 27, 2004. Offerors shall address each evaluation factor stated above; failure to address any item may cause the offerors proposal to be rejected. Offerors are reminded to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-C ommercial Items with their proposal. FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.204-7, Central Contracting Registration, FAR 52.222-25, Affirmative Action Compliance, and FAR 52.212-4, Contract Terms and Conditions Required to Impleme nt Statutes or Executive Orders-Commercial Items, are hereby incorporated by reference. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor - Cooperatio n with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-36, Payment by Third Party; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41, Service Contract Act of 1965, as Amend ed; 52.222-42, Statement of Equivalent Rates for Federal Hires. The following additional clauses and provisions are incorporated by reference: 252.211-7003, Item Identification and Valuation; 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference. The clauses and provisions incorporated by reference can be accessed in full text at http://farsite.hill.af.mil. The following clauses within 252.225-7001 apply to this solicitation and any resultant contract; 5 2.203-3, Gratuities; 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment. Sign and date your offer, the original must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa 50131-2416, ATTN: CW3 Mark Thompson, Contracting Officer at or before 4:30 p.m., 26 Aug 2004. For information regarding thi s solicitation contact SSgt Renee Berg at 515-252-4615. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-AUG-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA13/W912LP-04-R-0007/listing.html)
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
Zip Code: 50131-1902
Country: US
 
Record
SN00647050-F 20040820/040818215043 (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 |
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.