SOLICITATION NOTICE
J -- John Deere (Model 690D-LC) Excavator Repair
- Notice Date
- 8/2/2012
- 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 Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
- ZIP Code
- 32542-6864
- Solicitation Number
- F1T2AP2150AQ01
- Archive Date
- 9/1/2012
- Point of Contact
- Jundi Williams, Phone: 850-882-0250, David A. Serbe, Phone: 850-883-1703
- E-Mail Address
-
jundi.williams@eglin.af.mil, david.serbe@eglin.af.mil
(jundi.williams@eglin.af.mil, david.serbe@eglin.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis/Solicitation AAC/PKOBA, Eglin AFB, Florida, intends to solicit and award a Firm-Fixed Price contract for the repair of an excavator with specifics as listed below. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) from the Purchase Request number F1T2AP2150AQ01. The North American Industry Classification System (NAICS) for this acquisition is 811310. CLIN 0001: Excavator Repair This bid is for the service of a 20+ year old John Deere Excavator (Model 690D-LC). Currently, the engine operates, but the functionality is degraded. The engine often overheats, and runs sluggishly. The engine has not had a full service in over 5 years. The engine requires overhauling, optimization as well as a complete tune-up. The hydraulic system is sluggish, especially the boom cylinders. The speed of movement drastically declines when operating over an hour. After an hour, the system starts to overheat causing it to shutdown. The thumb portion of the bucket is broken with a bent hydraulic ram. Some of the excavator valves remain open, sacrificing fine control of excavator functions. The aforementioned issues compromise mission capability and the hydraulic system requires thorough maintenance to restore it to manufacturer's specification; to include hydraulic line and fitting replacement. The cab and chassis are worn and excessively rusted, refurbishment and painting of both is required. The following items inside the cab require restoration to manufacturer's specification: non-functional gauge clusters, missing floor mats, roof padding, correct seat and air conditioning unit. Due to the age of the equipment as well as damage caused by rates, the electrical system requires overhauling and replacement. The track and drive system requires maintenance and must be restored to manufacturer's specifications. Vendor will be a John Deere certified technician. Proof of certification will be required along with the quote. Equipment will be picked up from and returned to Bldg. 914, Perimeter Rd, Eglin AFB, FL, 32548. The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The following clauses/provisions are applicable: 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; 52.212-2, Evaluation-Commercial Items: Evaluation will be based on the following factors: Lowest Price Technically Acceptable: technical (capability of item offered to meet the government's needs) and price; 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers or certification that these have been completed online via Online Representations and Certifications Application [ORCA] at https://orca.bpn.gov); 52.212-4 Contract Terms and Conditions- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.204-10, Reporting Excessive Compensation and First-Tier Subcontract Awards; • 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • 52.219-28, Post-Award Small Business Program Rerepresentation; • 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; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.223-11 Ozone-Depleting Substances; 52.247-34 FOB Destination; 52.252-1 Provisions Incorporated by Reference & 52.252-2 Clauses Incorporated by Reference (this contract will incorporate one or more provisions/clauses by reference, with the same force and effect as if they were given in full text. The full text of a provision/clause may be accessed electronically at this website: http://farsite.hill.af.mil); DFARS 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, Central Contractor Registration; 252.211-7003 Item Identification and Validation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating the following: • 252.225-7001, Buy American Act and Balance of Payments Program; • 252.232-7003, Electronic Submission of Payment Report; • 252.247-7023 Transportation of supplies by Sea, with Alt III; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; AFFARS 5352.201-9101; Ombudsman; Local Clause H-850, Wide Area Work Flow. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. If your company is capable of providing this item, pricing and required documentation must be received NLT 1500 CDT, 17 August 2012. Send all offers to Jundi Williams, e-mail: jundi.williams@eglin.af.mil and David Serbe at david.serbe@eglin.af.mil, by date/time stated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/F1T2AP2150AQ01/listing.html)
- Place of Performance
- Address: Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN02824413-W 20120804/120803000009-aa4b7a50efcdd526bdb0431a34f992f1 (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 |