Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 04, 2009 FBO #2596
SOLICITATION NOTICE

28 -- Repair Forward Header Assembly

Notice Date
1/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-09-R-5710
 
Archive Date
1/31/2009
 
Point of Contact
Robert M. Parvin,, Phone: 785-274-1944, Linda M. Ehrhart,, Phone: 7852741542
 
E-Mail Address
robert.parvin@ng.army.mil, linda.ehrhart@ng.army.mil
 
Small Business Set-Aside
Total Small Business
 
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. Simplified Acquisition Procedures will be utilized. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation W912JC-09-R-5710 is issued as a Request for Proposal (RFP). Base year contract begins February 2009 thru February 2010 with the option for four additional one-year periods. The additional one year contract options are exercised if the product performance and customer service from the contractor is deemed to be of a satisfactory or better nature. Estimated quantities: Maximum quantity for 150 ea 1st contract base year and 150 ea thereafter for each option year exercised with a minimum qty of 20 per year. This ID-IQ: Contract is to Repair Forward Header Assembly, Army NSN 3040-01-197-8908, ARMY P/N 12286779, and Honeywell P/N 3-500-710-07. ATEAM shall ship repairable Forward Header Assembly units at Government expense to the contractor. Upon repair of the asset(s), the contractor shall be required to ship the asset to: FOB ATEAM, 741 Ray Road, Marshall Field Fort Riley, KS 66442-0345, return shipping charges incurred are at contractor expense and should be considered when submitting a bid. The OEM holds the proprietary technical specifications. Inspections: The awarded contractor will perform an initial inspection of the Forward Header Assembly using ATEAM inspection criteria (to be provided by ATEAM) to determine which repair is applicable and perform those repairs identified. After repair/repairs are completed, the awarded contractor will perform a final inspection using ATEAM inspection criteria (to be provided by ATEAM). The Forward Header Assembly must meet the minimal dimensional requirements of the print. Contractor must request approval for all deviations through ATEAM. Non-conformances noted during initial inspection shall be recorded, and contractor will contact ATEAM for disposition or replacement instructions. If repairs cannot be completed due to part non-conformance not covered, contractor will contact ATEAM for disposition. Reports: Awarded contractor shall provide an incoming and a final inspection report with each item. The provided inspection reports will contain at a minimum the initial and final inspection criteria. Awarded contractor will also provide a weekly status report of each item. The weekly status report will include but is not limited to nomenclature, P/N, order #; qty left on order, qty at facility, lead time and estimated delivery date. Warranty: ATEAM is requiring the awarded contractor to provide a 1 year warranty for each repaired item. The warranty will only be applicable to the workmanship and not misuse. If the part fails ATEAM incoming inspection (standards provided by ATEAM) ATEAM will log the part and contact awarded contractor to determine disposition. If the part fails due to workmanship and within the year time frame of the warranty ATEAM will log the part and contact contractor to determine disposition. Past performance information should include a list of prior contracts for this item awarded within the past 3 years if applicable. The information shall include a valid point of contact, mailing address, telephone number, contract number and dollar amount. Schedule: Offerors shall submit a delivery schedule. Cost: Prospective Offerors shall submit a price proposal for each repair, wherein shipping costs shall be included in the repair price. Technical: Offerors must submit a complete technical data package addressing the repair process, inspections, and reports as referenced. The proposal shall include pricing for the base year, option year one through the completion of option year four. In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. Multiple awards will not be issued. The NAICS is 811310. Proposals shall be evaluated as Lowest Price Technically Acceptable to the government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standard. For evaluation purposes, the lowest bid will be determined by totaling the price for the base and option years and dividing by 5 (years). First Article Test will be required prior to award, unless you have performed this contract previously for the Kansas Army National Guard, (ATEAM) Ft. Riley Kansas. Vendor will be paid for First Article tests upon successful inspection by (ATEAM). This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-28 effective as of 12 Dec 2008. All clauses and provisions as of the date of the notice apply to this solicitation. The provision at FAR 52.212-3, Offerors Representations and Certifications applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I. 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222¬35; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer –Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. Simplified Acquisition Procedures will be utilized. For technical questions please e-mail robert.parvin@ng.army.mil or linda.ehrhart@ng.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0eee1b2d941b2d2b91f463af505d35b0&tab=core&_cview=1)
 
Place of Performance
Address: 741 Ray Road, Marshall Air Field, FT Riley, Kansas, 66442-0345, United States
Zip Code: 66442-0345
 
Record
SN01726332-W 20090104/090102213449-0eee1b2d941b2d2b91f463af505d35b0 (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.