SOLICITATION NOTICE
42 -- Fire Truck Rebuild / Refurbishment
- Notice Date
- 8/30/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336120
— Heavy Duty Truck Manufacturing
- Contracting Office
- MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG0010048501
- Response Due
- 9/15/2011
- Archive Date
- 11/14/2011
- Point of Contact
- Flor Sanchez, 915-568-5881
- E-Mail Address
-
MICC - Fort Bliss
(flor.sanchez@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. No drawings are available from this agency; however, please see the attached Scope of Work and Specifications by clicking on the 'Additional documentation' link below. The Directorate of Contracting, Fort Bliss, Texas is soliciting proposals of companies to provide an upgrade for an existing Government owned Glider Kit Apparatus to NFPA Standards and in accordance with Specifications attached. Manufacturer names and model numbers are used for demonstration purposes as an example of what is being requested only; therefore, we will consider "Brand Name or Equal". The Pumper Glider repair / replacement will be limited to 155 calendar days from the time of the initial delivery to the facility for services to the completion date as defined as the delivery (or pickup) date. Please refer to the Scope of Work for more information. The following FAR clauses and provisions apply to this combined synopsis/solicitation: 52.203-12 - Limitation On Payments To Influence Certain Federal Transactions; 52.204-7 - Central Contractor Registration; 52.212-4 - Contract Terms and Conditions--Commercial Items; 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 - Control of Government Personnel Work Product; 252.204-7004 Alt A - Central Contractor Registration (52.204-7)Alternate A; 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 - Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.211-7003 Item Identification and Valuation; 252.212-7000 Offeror Representation and Certifications-Commerical Items; 252.227-7037 - Validation of Restrictive Markings on Technical Data; 252.232-7003 - Electronic Submission of Payment Request and Receiving Reports; 252.232-7010 - Levies on Contract Payments; 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-3 - Offeror Representations and Certifications--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items: 52.222-50, Combating Trafficking in Persons Alt I; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-14, Limitations on Subcontracting; 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 Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.223-18, Contract Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration; 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items; 252.232-7003, 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. Only one award will be made under FAR Part 12 procedures. The awarded contract will be of a Firm Fixed Price Single Award type. The contractor will be awarded on a Lowest Price Technically Acceptable (LPTA) basis, considering past performance and technical capability. Technical acceptability includes past experience providing refurbishment of fire trucks. The Government intends to award without discussions. However, reserves the right to hold discussions, if necessary. Therefore, offerors shall provide their best possible proposal from a technical and pricing standpoint. Send proposals via email to flor.sanchez@us.army.mil or fax to 915-568-8497 ATTN: Flor Sanchez. Copies of FAR clauses/provisions may be accessed via the internet at www.arnet.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8707d899782e476a8271e769c699639f)
- Place of Performance
- Address: MICC - Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
- Zip Code: 79916-6812
- Zip Code: 79916-6812
- Record
- SN02555619-W 20110901/110831000114-8707d899782e476a8271e769c699639f (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 |