SOLICITATION NOTICE
25 -- Request for Quote for brake repair services for the UNIMOG in Bremerhaven, Germany in support of the U.S. Surface Deployment and Distribution Command (SDDC), 950th Transportation Company
- Notice Date
- 3/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-15-T-0014
- Response Due
- 4/1/2015
- Archive Date
- 5/24/2015
- Point of Contact
- Jason Tanamor, 309-782-4344
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(jason.n.tanamor.civ@mail.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. 1. The U.S. Army Contracting Command - Rock Island (ACC-RI) hereby issues this Request for Quote (RFQ) W52P1J-15-T-0014 for brake repair services for the UNIMOG (UNIversal-MOtor-Ger t) in Bremerhaven, Germany in support of the U.S. Surface Deployment and Distribution Command (SDDC), 950th Transportation Company which falls under the 598th Transportation Battalion. RFQ W52P1J-15-T-0014 is hereby issued for quotes only. 2. This requirement is considered non-personal services and does not contain any inherently governmental functions. Services shall be performed in accordance with the Statement of Work (SOW), Attachment 0001. 3. This RFQ is issued using Simplified Acquisition Procedures pursuant to FAR Part 13. The Government intends to award a single Firm Fixed Price (FFP) Purchase Order to the offeror who has the lowest overall quote and can meet all requirements within the SOW and all terms and conditions of this RFQ. The Government reserves the right to award no Purchase Order at all, depending on proposed prices and availability of funds. 4. Performance shall be completed within 10 days of Purchase Order award. Earlier completion is authorized at no additional cost to the Government. 5. The quote shall consist of two Firm Fixed Price CLINs, 0001 for Brake Repair Services, and 0002 for Materials, for the entire effort as described in the SOW. The quote should include a cost breakdown with sufficient detail to show adherence to the SOW requirements. 6. Offerors must be registered in the System for Award Management (SAM) in order to be awarded a contract with the U.S. Government. The SAM website can be found at: www.sam.gov. Lack of registration in SAM will make an Offeror ineligible for award. 7. Commercial and Government Entity Code (CAGE Code): Offerors are requested to enter their CAGE Code on their quotes with their name and address. The CAGE Code entered must match the name and address provided. 8. Quotes shall be sent electronically to Army Contracting Command - Rock Island (ACC-RI) at the following email addresses: Mr. Jason Tanamor jason.n.tanamor.civ@mail.mil Ms. Ashley Fahrenkrug ashley.n.fahrenkrug.civ@mail.mil 9. Offerors are cautioned to ensure their quotes are fully complete, including all fill-ins and blanks in the solicitation. The closing date and time for receipt of quotes is as follows: Closing Date: 01 April 2015 Closing Time: 1200 hours Central Time 10. It is requested that all questions/comments regarding this solicitation be submitted in writing. Questions should be directed to Mr. Jason Tanamor, Contracting Specialist via email at jason.n.tanamor.civ@mail.mil and Ms. Ashley Fahrenkrug, Contracting Specialist via email at ashley.n.fahrenkrug.civ@mail.mil. Please be sure to indicate the RFQ number, W52P1J-15-T-0014, in the subject line of the email. Questions will only be accepted until 1200 hours Central Time on 30 March 2015. 11. List of Attachments: Attachment 0001 - Statement of Work (SOW) Attachment 0002 - Clause Addendum 12. The selected Offeror must comply with the following clauses, which are incorporated herein by reference. In addition, please refer to Attachment 0002, Clause Addendum for additional reference and full text clauses and provisions applicable to this solicitation. FAR CiteClause 52.212-1Instructions to Offerors - Commercial Items 52.212-2Evaluation - Commercial Items 52.212-3Offerors Representations And Certifications - Commercial Items (Mar 2015) - Alternate I (Oct 2014) 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items 252.203-7000 Requirements Relating To Compensation of Former DOD Officials 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea-Basic 252.225-7040Contractor Personnel Supporting U.S. Armed Forces Deployed Outside the United States 252.225-7043Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6ce0e6c2ef3386fbc77947e752f249b1)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03678434-W 20150327/150325234910-6ce0e6c2ef3386fbc77947e752f249b1 (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 |