MODIFICATION
38 -- Hydrostatic Pumps
- Notice Date
- 6/18/2010
- Notice Type
- Modification/Amendment
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J10T7001
- Response Due
- 6/23/2010
- Archive Date
- 8/22/2010
- Point of Contact
- SSG Peter John Miller, 1-309-782-1244
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(peter.john.miller@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number:W52P1J-10-T-7001 Posted Date:08 June 2010 Response Date:23 June 2010 Set Aside:None Contracting Office Address: Army Contracting Command Rock Island Contracting Center (RICC) Rock Island, IL 61299-8000 POC: Peter J. Miller, 309-782-1244 Email: peter.john.miller@us.army.mil Amendment: The purpose of this amendment is to extend the response time. Response date is 23 Jun 2010 at 1200hrs CST. 1. 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. 2. Solicitation number: W52P1J-10-T-7001 issued as Request for Quotation (RFQ). 3. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. 4. North American Industry Classification System (NAICS) code for this solicitation is 333120. 5. Iraqi Task Force for Business and Stability Operations (TFBSO) has a requirement for a high capacity hydrostatic testing water pump. Description of this requirement and all associated items are found in the CLIN Description (Attachment 1). 6. Description: The hydrostatic water pump shall be high capacity and used for testing integrity of pipe and storage tank welds. Tester shall be self contained for remote operation in severe operating environments found in the desert of Iraq and mounted on a mobile trailer for towing to job sites. This item shall come with the standard commercial warranty. Purchase price shall include delivery. See attachment 1 for details. 7. Pricing Structure: See Attached. 8. Delivery: All deliveries must be in accordance with clauses: 952.225-0006. Inspection and Acceptance are FOB Destination. a. Required Delivery Date: 45 Days ARO b. Ship To:IBN MAJD SC IBN MAJD Factory Basrah, Iraq Husam Jassim Grid Coordinates: 38R QU 6782 7469 c. Point-of-Contact (POC) responsible for inspection and acceptance (DD 250): Primary POC: John Hamerlinck Phone: 703-986-1388 Email: john.hamerlinck@osd.mil 9. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, the full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil. 10. FAR 52.212-2 - - Evaluation Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items and service offered to meet the Government requirement; and (ii) Price. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (i) Ability of the offeror to meet the schedule or timeline as stated in this solicitation; (ii) The ability for the offeror to meet the salient characteristics and requirements of each item requested. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 11. FAR 52.212-3 Offeror Repersentation and Certifications Commercial Items. Offerors shall complete the fill-ins and certifications in provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the quote or acknowledge that Annual Representation and certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 12. 52.212-4 Contract Terms And Conditions--Commercial Items. This clause applies to this acquisition. 13. 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items. This clause applies to this acquisition. 14. 52.212-1 - Instructions To Offerors--Commercial Items. This clause applies to this acquisition. 15. 252.209-7001 - Disclosure Of Ownership Or Control By The Government Of A Terrorist Country. This clause applies to this acquisition. 16. Defense Priorities and Allocation System: N/A 17. Offer Due Date/Local Time: 23 June 2010 at 1200hrs CST. 18. Point of Contact: SSG Peter J. Miller, peter.john.miller@us.army.mil, 309-782-1244.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c492751271ddd1606df3c0973b50d985)
- Place of Performance
- Address: IBN MAJD SC Basrah, Iraq Basrah AE
- Zip Code: 00000
- Zip Code: 00000
- Record
- SN02181779-W 20100620/100618234522-c492751271ddd1606df3c0973b50d985 (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 |