Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2004 FBO #1066
SOLICITATION NOTICE

J -- Repair/Rebuild Radiators

Notice Date
10/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
TACOM - Sierra Army Depot, Building 74, Herlong, CA 96113-5009
 
ZIP Code
96113-5009
 
Solicitation Number
W912GY-05-T-0004
 
Response Due
11/4/2004
 
Archive Date
1/3/2005
 
Small Business Set-Aside
Total Small Business
 
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. Reference number W912GY-05-T-0004 must be referenced in your response. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-25, Effective 05 Oct 2004 & Class Deviation 2004-o0001 and Defense Federal Acquisition Regulation Supplement DCN 20040930 Edition. The Government intends to establish multiple Blanket Purchase Agreements (BPAs) for this service, which will be effective for th e period of on or about 1 November 2004 through 31 October 2007. This synopsis/solicitation is for small business set-aside. The North American Industry Classification System code for this synopsis/solicitation is 811118 and the associated small business size standard is $6.0M. Sierra Army Depot has a requirement to rework radiators, NSN: 2930-00-191-8996. The contractor shall provide all personnel, supplies, services, equipment, tools, facilities, supervision and transportation necessary to complete re work. Rework may consist of but not be limited to rod out or core replacement. Quality Assurance inspections will be performed at Sierra Army Depot, however the government reserves the right to make a site inspection at the contractor facility. Item Nam e: Radiator. The specifications are as follows: Overall Height  36.5 inches, Overall Width  30.56 inches, Overall Thickness  10 inches, Core Thickness  3.416 inches, Core Height  29.5 inches, Tank Location  Upper/Lower, Tank Height  27.88 inches, Tank Width  5.00 inches/2.00 inches, Tank Thickness  4.44 inches, Inlet Connection End Type  Flanged, Inlet Connection End Shape  Round, Outlet End Connection Type  Flanged, Outlet Connection End Shape - Round. The government will be responsible for delivery of the radiators to the contractor in a shipping crate and the contractor shall be responsible for return shipping to Sierra Army Depot, Herlong, California in the same crate. All rework completed by the contractor shall be free from defects. Con tractor shall deliver individual radiators as they are completed, and each individual unit shall take no longer than 1 week to complete. Prospective offerors may submit multiple prices based on various types of repairs. All services completed under the BP A shall be accompanied by sales slips that shall contain the following minimum information: Name of supplier, BPA number, date of service request, call number, itemized list of services furnished, quantity, unit price, and extension of each service, date s ervice was provided. The government estimates, but does not guarantee, that the volume of radiators to be reworked will be 500. The Government is obligated only to the extent of authorized purchases actually made under the BPA. Individual purchases under this BPA are limited to $100,000.00 or less. A list of individuals authorized to purchase under this BPA, identified either by title of position or by name of individual, organizational component, and the dollar limitation per purchase for each position title or individual shall be furnished to the provider by the contracting officer. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Governments Interest When Subco ntracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I; FAR 52.212-4, Contract Terms and C onditions-Commercial Items; FAR 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Deviation; FAR 52.21 9-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action For Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1 965, As Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, This statement is for information only; It is not a Wage Determination, Employee Class: Radiator Repair Specialist, Monetary Wage: $19.44, Fringe Benefits: $5.95; FAR 52.222-4 3, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-49, Service Contract Act-Place of Performance Unknown, The Contracting Officer will request wage determinations for places or areas of p erformance if asked to do so in writing by 1 November 2004 http://servicecontract.fedworld.gov/searchsca.htm. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; 52.242-15, Stop-Work Orde r; 52.246-4, Inspection of Services-Fixed Price; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/df ars; FAR 52.252-2, Clauses incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.253-1, Computer Generated Forms; FAR 252-6, Authorized Deviations In clauses; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 5252.204-7004, Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Request; DFARS 252.247-7023. Responses to this notice must be received no later than 5:00 p.m. PST, 4 Novem ber 2004 at the following address: Sierra Army Depot, Attn: AMSTA-SI-CO-CON, Tracy Marino, Building 150, Herlong, CA 96113; emailed to tracy.marino@sierra.army.mil, or faxed to (530) 827-4722 to the attention of Tracy Marino. Responses may be submitted on company letterhead stationary and must include the following information: Reference Number, Payment Terms, discount offered for prompt payment, and must include the required FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial i tems. Additional information: be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or thro ugh the CCR website at http://www.ccr.gov. All responsible sources may submit a proposal, which shall be considered by the agency.
 
Place of Performance
Address: TACOM - Sierra Army Depot Building 150, Herlong CA
Zip Code: 96113-5009
Country: US
 
Record
SN00698707-W 20041027/041025211931 (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.