SOLICITATION NOTICE
39 -- P&H CRANE REPAIR
- Notice Date
- 6/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-15-Q-0035
- Response Due
- 6/25/2015
- Archive Date
- 8/3/2015
- Point of Contact
- Judy E Stallion, 901-544-0776
- E-Mail Address
-
USACE District, Memphis
(judy.e.stallion@usace.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 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. The solicitation number is W912EQ-15-Q-0035 and is being issued as a Request for Quote. This procurement is being issued as UNRESTRICTED. The associated NAICS code is 811310 with the small business employee size standard of $7.5M. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the below listed items to be delivered in accordance with the specifications listed below: DESCRIPTION/ SPECIFICATIONS: The U.S. Army Corps of Engineers, Memphis District has the following requirement: The contractor shall provide a qualified OEM service representative to perform the following work on a 80-ton Terex 180 P&H Crane.. Original equipment manufacturer (OEM) parts or equal are required. The work consists of furnishing all plant, labor, materials and equipment to repair boom cylinder, outrigger cylinders, break chamber, boom hoist cylinder, LMI system, A/C, Lights, windshield wipers and window cylinder, replace all data plates and safety placards, and transport the P&H Crane from USACE EEY to the contractor's facility for repairs at the contractor's expense, if necessary. Supply and Deliver- P&H Crane REPAIR in accordance with Performance Work Statement Destination: Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. The following required repairs to the P&H Crane includes but is not limited to: Remove main boom cylinder from boom housing, repair, reseal cylinder and reinstall boom cylinder into boom. Remove 4 each out rigger cylinders repair, reseal and reinstall cylinders to out rigger housing. Remove left front break air chamber, repair, reseal and reinstall left front break air chamber. Ensure left front break air chamber is properly adjusted and working properly. Remove, repair, reseal and reinstall boom hoist cylinders. Troubleshoot and repair LMI systems and ensure it is reading the proper weight information. Trouble and repair A/C. Ensure system is properly charged with refrigerant. Remove and replace wipers. Check all lights and replace or repair defected units. Remove and replace window cylinders Replace all defected data plates and safety placards Return the P&H crane to Ensley Engineer Yard in fully operational condition. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to Judy Stallion at judy.e.stallion@usace.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered Contractors shall submit quote on company letterhead to include pricing for the requested supply items, with its unit price, extended price, freight charge, total price, delivery date, prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note) FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-3 Offeror Representation and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev) FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) FAR 52.233-1 Disputes FAR 52.237-1 Site Visit FAR 52.252-2 Clauses to Incorporate by Reference The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) DFARS 252.211-7003 Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources of Subcontracting DFARS 252.225-7048 Export-Controlled Items (JUN 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Wednesday, June 25, 2015 no later than 4:00 PM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-15-Q-0035 addressed to Judy Stallion, Phone (901) 544-0776, Fax (901) 544-3710, email: judy.e.stallion@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors must also be registered in SAM under applicable NAICS code as indicated in this RFQ to be considered for award. Vendors may register for SAM by registering online at www.sam.gov or by calling 1-866-606-8220.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-15-Q-0035/listing.html)
- Place of Performance
- Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Zip Code: 38103-1894
- Record
- SN03753254-W 20150606/150604235550-b288eeb64036fb4e2b509cd0e922f042 (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 |