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 -- Catepillar Radar Hardstand and Blockhouse Generator Maintenance Services

Notice Date
1/25/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060407T0134
 
Response Due
1/31/2007
 
Archive Date
2/2/2007
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-07-T-0134. This combined synopsis/solicitation documents and incorporates provisions and clauses in effect through FAC 2005-14 and DFARS Change Notice 20070122. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/drars/index.htm. The NAICS code is 811310, the FSC code is J036, and the Small Business Size Standard is $6.5 m il respectively. This is a sole source action with Hawthorne Pacific Corp. This notice of intent is not a request for competitive proposals. However, all proposals received by the closing date for this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Fleet and Industrial Supply Center (FISC), Pearl Harbor, Hawaii requests responses from qualified sources capable of providing the following: ITEM 0001: 1500 HOUR INTERVAL GENERATOR PM MAINTENANCE SERVICE for Radar Hardstands in accordance with the Manufacturer?s (Catepillar) Maintenance Interval Schedule. SEE ATTACHMENT FOR DETAILS; QTY: 2 EACH ITEM 0002: 1750 HOUR INTERVAL GENERATOR PM MAINTENANCE SERVICE for Radar Hardstands in accordance with the Manufacturer?s (Catepillar) Maintenance Interval Schedule. SEE ATTACHMENT FOR DETAILS; QTY: 2 EACH ITEM 0003: 2000 HOUR INTERVAL GENERATOR PM MAINTENANCE SERVICE for Radar Hardstands in accordance with the Manufacturer?s (Catepillar) Maintenance Interval Schedule. SEE ATTACHMENT FOR DETAILS; QTY: 2 EACH ITEM 0004: 2250 HOUR INTERVAL GENERATOR PM MAINTENANCE SERVICE for Radar Hardstands in accordance with the Manufacturer?s (Catepillar) Maintenance Interval Schedule. SEE ATTACHMENT FOR DETAILS; QTY: 2 EACH ITEM 0005: 2500 HOUR INTERVAL GENERATOR PM MAINTENANCE SERVICE for Radar Hardstands in accordance with the Manufacturer?s (Catepillar) Maintenance Interval Schedule. SEE ATTACHMENT FOR DETAILS; QTY: 2 EACH ITEM 0006: 2750 HOUR INTERVAL GENERATOR PM MAINTENANCE SERVICE for Radar Hardstands in accordance with the Manufacturer?s (Catepillar) Maintenance Interval Schedule. SEE ATTACHMENT FOR DETAILS; QTY: 2 EACH ITEM 0007: 3000 HOUR INTERVAL GENERATOR PM MAINTENANCE SERVICE for Radar Hardstands in accordance with the Manufacturer?s (Catepillar) Maintenance Interval Schedule. SEE ATTACHMENT FOR DETAILS; QTY: 2 EACH ITEM 0008: ANNUAL 4160 VOLT SWITCH GEAR INSPECTION for two Radar Hardstands. SEE ATTACHMENT FOR DETAILS; QTY: 1 EACH ITEM 0009: 250 HOUR INTERVAL GENERATOR PM MAINTENANCE SERVICE for one Blockhouse in accordance with the Manufacturer?s (Catepillar) Maintenance Interval Schedule. SEE ATTACHMENT FOR DETAILS; QTY: 1 EACH ITEM 0010: 500 HOUR INTERVAL GENERATOR PM MAINTENANCE SERVICE for one Blockhouse in accordance with the Manufacturer?s (Catepillar) Maintenance Interval Schedule. SEE ATTACHMENT FOR DETAILS; QTY: 1 EACH ITEM 0011: 750 HOUR INTERVAL GENERATOR PM MAINTENANCE SERVICE for one Blockhouse in accordance with the Manufacturer?s (Catepillar) Maintenance Interval Schedule. SEE ATTACHMENT FOR DETAILS; QTY: 1 EACH ITEM 0012: 1000 HOUR INTERVAL GENERATOR PM MAINTENANCE SERVICE for one Blockhouse in accordance with the Manufacturer?s (Catepillar) Maintenance Interval Schedule. SEE ATTACHMENT FOR DETAILS; QTY: 1 EACH ITEM 0013: 1250 HOUR INTERVAL GENERATOR PM MAINTENANCE SERVICE for one Blockhouse in accordance with the Manufacturer?s (Catepillar) Maintenance Interval Schedule. SEE ATTACHMENT FOR DETAILS; QTY: 1 EACH Required delivery date is February 7, 2007. If the required delivery date cannot be met, an alternate delivery schedule may be considered. Please provide your best delivery schedule. Delivery shall be FOB Destination to the Pacific Missile Range Facility (PMRF), Kauai, Hawaii 96752-0128. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following provisions and clauses are applicable to this procurement: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.212-1, Instructions to Offerors?Commercial Items; FAR 52.212-4 Contract Terms and Conditions?Commercial Items; FAR 52.215-5 Facsimile Proposals; DFARS 252.225-7000 Buy American Act?Balance of Payments Program Certificate; FAR 52.204-7, Central Contractor Registration; FAR 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror; FAR 52.212-3 Offeror Representations and Certifications?Commercial Items; FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, incorporates he following clauses by reference: FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); FAR 52.232-36 Payment by Third Party (May 1999) (31 U.S.C. 3332 ); FAR 52.222-41 Service Contract Act of 1965, as Amended (JULY 2005)( 41 U.S.C. 351, et seq.); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (NOV 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporates the following clause by reference: DFARS 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10a- 10d, E.O. 10582). Additional contract terms and conditions applicable to this procurement are included in full text in the accompanying electronic attachment to this combined synopsis/solicitation. These include Local Clause G1 Representative of the Contracting Officer (FISCPH) (JUL 2006); Local Clause G3 Representative of t he Contractor (FISCPH) (JUL 2006); Local Clause G7 Payment by Government Purchase Card (FISCPH) (JUL 2006); Local Clause L003 Unit Prices (FISCPH) (JUL 2006); and Local Clause L331 Review of Agency Protest (FISCPH) (JUL 2006). The Government intends to award a single contract resulting from this combined synopsis/solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specified otherwise in the offer. Award will be conducted under the provisions of FAR Part 13 ? Simplified Acquisition Procedures. All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this announcement. All responsible sources may submit a quote, which shall be considered by the agency. Quoters m ust be registered in the Central Contractor Registration (CCR) databas e to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB Point, payment terms, Commercial and Government Entity (CAGE) code, and a completed Local Clause G3, Representative of the Contractor. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The quoter is encouraged to use the Standard Form 1449, ?Solicitation/Contract Order for Commercial Items.? The form can be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. This announcement will close at 2:00 p.m. Hawaii Standard Time on January 31, 2007. Facsimile quotes will be accepted at (808)473-5750, or may be e-mailed to margaret.becker@navy.mil.
 
Record
SN01219402-W 20070127/070125221128 (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.