SOLICITATION NOTICE
J -- Inspect, test, repair, and kit/ship components of the Battery Powered Motorized Traversing Unit (BPMTU) Controller Box, Joystick, Motor Drive Assembly and Electrical components.
- Notice Date
- 6/3/2014
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- ACC- Warren (ACC-WRN)(RRAD), ATTN: CCTA-HDR, 100 Main Drive, Building 431, Texarkana, TX 75507-5000
- ZIP Code
- 75507-5000
- Solicitation Number
- W911RQ14R0031
- Response Due
- 7/14/2014
- Archive Date
- 8/13/2014
- Point of Contact
- Tara Zwermann, 903-334-3471
- E-Mail Address
-
ACC- Warren (ACC-WRN)(RRAD)
(tara.d.zwermann.civ@mail.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Red River Army Depot has a requirement for inspect, test, repair, and kit/ship components of the Battery Powered Motorized Traversing Unit (BPMTU) Controller Box, Joystick, Motor Drive Assembly and Electrical components. Contractor shall: (1) Pick up BPMTU components from Sierra Army Depot (SIAD) and RRAD. (2) Maintain security and accountability of BPMTU components and material throughout the reconstitution and kitting process. (3) Inspect and test components of the BPMTU IAW this PWS. (4) Provide a weekly report IAW reporting instructions listed below. (5) Deliver completed kits to SIAD quarterly. Delivery address will be outline in each funded delivery order. This will be the most economical method to the government. Contractor is responsible for any lost or damage kits while in transit. Contractor will be responsible to provide a secured facility (to include a perimeter fence that meets or exceeds the standards for perimeter fencing as outlined in Army Tactics, Techniques and Procedures (ATTP) 3-39.32) for labor, tooling, transportation and all required parts as a requirement to bid on this contract. Contractor's facility must be within 100 miles from the depot. All hired subcontractors must be within 100 miles as well. This is a 100% SDVOSB Set Aside (less than 500 employees). NAICS Code: 811310 The award shall be made on or about 14 Aug 14. Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. Request for proposal will issue on or about 12 Jun 14 and will be available on ASFI. Address all questions and comments in writing to tara.d.zwermann.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c4fc6ddbdb913f3cc27133c1e7b516ac)
- Place of Performance
- Address: ACC- Warren (ACC-WRN)(RRAD) ATTN: CCTA-HDR, 100 Main Drive, Building 431 Texarkana TX
- Zip Code: 75507-5000
- Zip Code: 75507-5000
- Record
- SN03384497-W 20140605/140603235624-c4fc6ddbdb913f3cc27133c1e7b516ac (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 |