Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2007 FBO #1888
SOLICITATION NOTICE

J -- PROVIDE GENERATOR MAINTENANCE FOR 3 CUMMINS GENERATORS LOCATED AT THE NATIONAL HURRICANE CENTER IN MIAMI, FL

Notice Date
1/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NWWX8000700003CMM
 
Response Due
2/12/2007
 
Archive Date
2/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/request for quote for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Request for Quote (RFQ) from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Hurricane Center (NHC) to provide service maintenance agreements for three (3) Cummins Generators serial numbers 30349284, 30349036, and 30348281, located at NHC, 11691 SW 17 Street, Miami, FL 33165. This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NWWX8000700003CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors ? Commercial Items (Sep. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Sep. 2006), 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep. 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Nov. 2006) (Sections 5, 14, 16, 17, 18, 19, 20, 26, 31, (c) (1) (2) (3) Wage Grade Equivalent is WG-8 http://www.dol.gov/esa/regs/compliance/whd/web/index.htm; ), 52.217-8 Option to Extend Services (Nov. 1999) {The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 calendar days prior to the end of the current performance period.}, 52.217-9 Option to Extend the Term of the Contract (Mar. 2000) {(a) The Government may extend the term of this contract by written notice to the Contractor within 15 calendar days prior to the end of the current performance period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires; (b) If the Government exercises this option, the extended contract shall be considered to include this option clause; (c) The total duration of this contract, including the exercise of any options under this clause shall not exceed 5 years 6 months;}, 52.228-5 Insurance ? Work on a government Installation (Jan. 1997). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), NHC will designate a POC at the time of award, 1352.215-70 Period of Performance (Mar. 2000) {the period of performance of the base year of this contract will be from date of award and continue for a total of 12 months; Option I will be for 12 calendar months; Option II will be for 12 calendar months; Option III will be 12 calendar months; and Option IV will also be for 12 calendar months;}, 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) { The Government will award a purchase order resulting from this request to the responsible offeror whose quotation conforming to request results in the best value to the Government, price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical capability; Ability to obtain Insurance; Past Performance; and Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the requirements of this request. The Government reserves the right to award to the firm providing other than the lowest priced quote or to the firm with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government}, 1352.215-73 Inquiries (Mar. 2000), 1352.228-70 Insurance Coverage (Mar. 2000), 1352.228-72 Deductibles Under Required Insurance Coverage (Mar. 2000), 1352.252-70 Regulatory Notice (Mar. 2000). Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated quotes may be submitted via fax to (816) 274-6923 or via email to carey.m.marlow@noaa.gov. Quotes must be received on or before 2:00 pm CDT, Monday, February 12, 2007. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. Technical Proposal. Written documentation that demonstrates the firm?s knowledge of and experience in having accomplished the services described herein, including any commercial warranty that will be provided on work completed and any commercial maintenance agreement to be evaluated by the Government. 2. Proof of Insurance in the amounts specified herein. 3. A list of references including name and telephone numbers of firms to whom the offeror has successfully provided services that are the same or similar to that described herein. 4. A completed price schedule for all line items identified in this notice. 5. FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (completed). 6. Certification of registration in CCR. This is a firm fixed price request for quote. DESCRIPTION: The work to be accomplished consists of providing annual preventative maintenance service for the emergency generators listed herein and associated equipment and should include labor and materials for preventative maintenance service. All work shall be performed during normal business hours and the Contractor shall notify the NHC Staff prior to beginning this work. Location: The National Hurricane Center, 11691 SW 17 Street, Miami, FL Items of Work: 1. Contractor shall provide service maintenance agreements for three (3) Cummins Generators with serial numbers 30349284, 30349036, and 30348281. 2. Contractor shall provide Full Service/Inspection for three (3) model NTA855G3 Cummins Engines. 3. Replace, test, and inspect as required herein to ascertain the general condition of the equipment and report results to the MIC. 1. Protect adjacent structures, equipment, vehicles, and vegetation. 2. Ensure work site is properly cleaned up when work is complete or on a daily basis. All work shall be performed in compliance with all Federal, state, and local laws. In addition, work will need equipment manufacturers and generally accepted industry standards of good workmanship. All waste materials shall be disposed of by the Contractor in compliance with Federal and local laws and regulations. OVER AND ABOVE DISCREPANCIES If any additional discrepancies outside of normal repair criteria are discovered during performance of the work, the selected discrepancies, will be provided in a written report to include any parts required, labor required, and cost estimate for the additional work. This work will be considered as ?over-and-above? costs. The selected contractor will not proceed with the additional work until approval for the additional work is received from the Government Point of Contact. The selected contractor shall accomplish all the work in accordance with the manufacturer?s repair/overhaul manuals. Labor, Parts, Discounts, and Warranties The selected contractor shall provide all replacement parts, materials, and consumables. However, the Government reserves the right to provide the same, at anytime during the contract, if advantageous. Any part or component that has not reached its recommended service life but fails inspection and needs to be replaced will be treated as an ?over-and-above.? Since the Government cannot determine which parts or components, if any, meet these criteria, bidding maintenance contractors shall provide, in writing, the labor rate they will charge the Government, per hour for ?over-and-above? discrepancies. Secondly, bidding contractors are asked to provide what percent discount off list price for replacement parts will be given. Insurance against Loss or Damage to Government Property The selected contractor shall, at its own expense, provide and maintain during the performance of this work a minimum of $100,000.00 of insurance. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government?s interest shall not be effective: a) For such a period as the laws of the State in which this work is to be performed prescribe; or b) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. BID FORMAT: Provide itemized pricing as follows: Line Item #1- Base Year Provide service maintenance agreement for 3 Cummins generators (Serial numbers 30349284, 30349036, and 30348281) $_________________ Line Item #2 ? Base Year Provide Full Service/Inspection For 3 Cummins Engines (Model NTA855G3) $_________________ Line Item #3 ? Option I Provide service maintenance agreement for 3 Cummins generators (Serial numbers 30349284, 30349036, and 30348281) $ ________________ Line Item #4 ? Option I Provide Full Service/Inspection For 3 Cummins Engines (Model NTA855G3) $_________________ Line Item #5 ? Option II Provide service maintenance agreement for 3 Cummins generators (Serial numbers 30349284, 30349036, and 30348281) $_________________ Line Item #6 ? Option II Provide Full Service/Inspection For 3 Cummins Engines (Model NTA855G3) $_________________ Line Item #7 ? Option III Provide service maintenance agreement for 3 Cummins generators (Serial numbers 30349284, 30349036, and 30348281) $_________________ Line Item #8 ? Option III Provide Full Service/Inspection For 3 Cummins Engines (Model NTA855G3) $_________________ Line Item #9 ? Option IV Provide service maintenance agreement for 3 Cummins generators (Serial numbers 30349284, 30349036, and 30348281) $_________________ Line Item #10 ? Option IV Provide Full Service/Inspection For 3 Cummins Engines (Model NTA855G3) $_________________ GRAND TOTAL $_________________ Labor Rate - Per hour (Base) $_________________ Labor Rate ? Per hour (Option I) $_________________ Labor Rate ? Per hour (Option II) $_________________ Labor Rate ? Per hour (Option III) $_________________ Labor Rate ? Per hour (Option IV) $_________________ Percent of Discount for replacement parts _________________ Labor Rate ? Per hour for ?over and above? discrepancies $________________ per hour END OF NOTICE
 
Place of Performance
Address: NATIONAL HURRICANE CENTER, 11691 SW 17TH STREET, MIAMI, FL 33165
Zip Code: 33165
Country: UNITED STATES
 
Record
SN01218990-W 20070127/070125220402 (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.