Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
SOLICITATION NOTICE

54 -- Engine Dyno Test Room

Notice Date
8/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-12-T-0033
 
Response Due
8/17/2012
 
Archive Date
10/16/2012
 
Point of Contact
Margaret Leslie Sullivan, 508-233-6670
 
E-Mail Address
USPFO for Massachusetts
(margaret.l.sullivan@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. This is a Combined Synopsis/Solicitation is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Quotes are being requested and this solicitation is being issued as a Request for Quote (RFQ). This procurement has no limitations. The NAICS code is 332311 Prefabricated Metal Building and Component Manufacturing with a size standard of 500 employees. The following goods are being requested in this solicitation as detailed in the Statement of Work (SOW). All quotes should be based on minimum requirements listed in the SOW. This solicitation will close Friday, August 17, 2012, 1600 (4pm) EST. Questions must be received in writing NLT Monday, August 13, 2012, 1200 pm (noon) EST. Questions & Answers will be posted ASAP. SUBMISSION REQUIREMENTS The offerors proposals must include a cover sheet including their Duns & Cage code, and Tax ID# and submit a proposal based on minimum SOW requirements. Selection will be made based on the offerors ability to meet minimum requirements and best price. STATEMENT OF WORK (SOW) Engine Dyno Test Room for CSMS Devens, MA The CSMS rebuilds engines on site. The CSMS requires the ability to test rebuilt engines prior to releasing the component into the supply system. The CSMS currently cannot perform dyno testing of rebuilt engines due to the lack of a dyno room which is required to safely operate an engine on a stand. Critical elements of a Dyno Test Room are: 1. Outside dimensions apx. 12'X16' with an inside ceiling height of 8'. 2.1 each 42"X60" tempered safety glass viewing window. 3.1 each 4'X7' entrance door for personnel and engine entry. 4.Exhaust ventilation system with inlet and exhaust silencer and 3 phase fan motor. 5.Pre-fabricated complete system than can be assembled on site by our personnel. 6.Must be a modular system that can be disasembled and relocated (not a permanent structure). 7.Structure should reduce noise level from inside to out by a minimum of 40Dba. 8.Pre wired for internal lighting. Request delivery of this system no later than 60 days after contract approval. INSTRUCTIONS TO OFFERORS Please submit quotes in writing on letter head with tax ID#, CCR (Cage code), dated with a point of contact. Please provide a firm-fixed price quote per each barracks with a detailed breakdown of cost. All proposals must be submitted in writing to: Margaret Sullivan USPFO P & C Office 50 Maple Street Milford, MA 01757 or via email to: Margaret.l.sullivan@us.army.mil All proposals must be received no later than Friday, August 17, 2012, 1500 (4pm) EST. End the Statement of Work _____________________________________________________________________________ The Government intends to evaluate proposals and make awards(s) without discussions with offerors (except for needed clarifications as per FAR 15.306(a). Therefore, your initial proposal should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Governments discretion, offerors may be asked for more information or to clarify their offer, request for such information doesn't constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provision can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. 1) FAR 52.204-7 - Central Contractor Registration 2) FAR 52.201-1 - Instructions to Offerors--Commercial Items 3) FAR 52.212-2 - Evaluation--Commercial Items 4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I 5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items 6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: a. FAR 52.222-3 - Convict Labor b. FAR 52.222-21 - Prohibition of Segregated Facilities c. FAR 52.222-26 - Equal Opportunity d. FAR 52.222-36 - Affirmative Action for Workers with Disabilities e. FAR 52.222-41 Service Contract Act of 1965 f. FAR 52.222-50 - Combating Trafficking in Persons g. FAR 52.223-2 - Affirmative Procurement of Biobased Products Under Service and Construction Contracts. h. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving i. FAR 52.225-13 - Restrictions on Certain Foreign Purchases j. FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration k. FAR 52.232-36 - Payment by Third Party l. FAR 52.233-3 - Protest After Award m. FAR 52.233-4 - Applicable Law for Breach of Contract Claim n. FAR 52.237-1 - Site Visit o. FAR 52.237-2 - Protection of Government Buildings, Equipment and Vegetation 7) FAR 52.219-6 - Notice of Total Small Business Set-Aside 8) FAR 52.252-2 - Clauses Incorporated by Reference 9) DFARS 252.203-7000 Requirements relating to Compensation of Former DoD Officials 10) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 11)DFARS 252.204-7004 Central Contractor Registration, Alternate A 12)DFARS 252.209.7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 13)DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Alternate III 14) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 15) 252.232-7010 Levies on Contract Payments 16) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel FAR 52.222-42 Statement of Equivalent Rates for Federal Hires ** see attachment Wage Determinations ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offer may obtain information on registration at www.ccr.gov. Also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-12-T-0033/listing.html)
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
 
Record
SN02829156-W 20120809/120807235613-a475dbb2c1d21d22847f49ba7debc4c7 (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.