SOLICITATION NOTICE
J -- Caterpiller Gas Engine Chiller Repair - Package #1
- Notice Date
- 7/1/2014
- 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, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3Q2AD4114A001
- Archive Date
- 7/22/2014
- Point of Contact
- christopher w. butler, Phone: 4783272888
- E-Mail Address
-
christopher.butler.2@us.af.mil
(christopher.butler.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Wage Determination QASP Tax Clause Appendix c CDRL Bid Schedule PWS FBO Notice This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with limited sources under authority of FAR 6.302, Only one or a limited number of responsible sources, and no other supplies or services will satisfy agency requirements to purchase Repair of Caterpillar Gas Chiller Engine Model G3512 located in building 177 at Robins AFB. Yancey Power Systems is the only Caterpillar factory-trained and certified service representative in the state of Georgia authorized to service this region; and therefore the only source capable of meeting this requirement. The certified rating is essential due to the unique training/capabilities that the manufacturer of the equipment requires for repair of the above referenced chiller engine. Any other responsible source capable of meeting the requirement may submit technical, delivery, pricing, and past performance data sufficient to determine capability. However, the determination to compete or not to compete this requirement is solely at the discretion of the Government. To be considered, any such documentation must be received NLT 7 JULY 2014, 4:00PM EST. Only electronic submissions will be accepted and no extensions will be granted. All respondents must be registered in the Central Contractor Registration (CCR), ORCA, and have a valid DUNS number, Cage Code, and Tax Identification Number. PR: F3Q2AD4114A001 NAICS: 811310 Size Standard: $7,000,000.00 *Attachment 1: Performance Work Statement Attachment 2: Bid schedule Attachment 3: DFARS Provision to be completed and sent with proposal. Attachment 4: Appendix "C" Attachment 5: DD1423 Attachment 6: Wage Determination Attachment 7: QASP - Quality Assurance Surveillance Plan This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-43 dated 02 Aug 2010. The following clauses are applicable to subject notice: 52.212-1 - Instructions to Offerors - Commercial (full text); 52.212-2 - Evaluation - Commercial Items (full text) - The evaluation factors shall be: Price and Price related factors, Conformance to performance specifications. 52.212-3 - Offeror Representations and Certifications - Commercial Items (full text). The rule is effective January 1, 2005. This final rule requires offerors to provide representations and certifications electronically via the BPN website; to update the representations and certifications as necessary, but at least annually, to keep them current, accurate and complete. The website is as follows: http://www.bpn.gov; 52.212-4 - Contract Terms and Conditions - Commercial Items (incorporated by reference); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (full text). 52.222-42 Fill in: Statement of Equivalent Rates for Federal Hires 52.222-26 - Equal Opportunity 52.223-5 - Pollution Prevention and Right-to-Know Information 52.232-33 - Payment by Electronic Funds Transfer 52.233-3 - Protest After Award 52.247-34 - F.o.b. Destination 52.217-7 Options - Option for Increased Quantity -- Separately Priced Line Item. Option may be exercised upon completion of Clin 0001. 52.252-2 - Clauses Incorporated by Reference. The full text of a clause may be accessed electronically at this/these address(es): Regulations URLS: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/far/farltoc/htm http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm 252.204-7004 - Required Central Contractor Registration 252.212-7001-- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7010-- Levies on Contract Payments 252.232-7006 WAWF instructions Interested parties may submit information for consideration of their capabilities and qualifications to christopher.butler.2@us.af.mil. No questions will be answered after the closing of this notice, 7 JULY 2014, 4:00PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3Q2AD4114A001/listing.html)
- Place of Performance
- Address: Robins Air Force Base, Warner Robins, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN03411652-W 20140703/140702002140-3b3f1ba0f62541a82fe3a30484828059 (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 |