Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1999 PSA#2493

FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392

J -- REPLACE HYDRAUIC PUMPS IN A TAP 1626 HAGGLUNDS CRANE SOL N00189-00-T-0184 DUE 122299 POC Wini Wills, Purchasing Agent, (757) 445-2688 Ext 10 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required service. Request for quotes are hereby requested under RFQ N00189-00-T-0184, a subsequent solicitation document will not be issued. The Standard Industrial Classification applicable to this contract is 3594. STATEMENT OF WORK: The government requires the replacement of(3) Hydraulic pumps P/N PTV 140-F2H-HS (Mfg. Code: 0H7R3) in (1) Tap 1626 Hagglunds crane. The contractor is to supply oil for flushing and refilling system; flush system; remove and dispose of all waste oil from site/system; remove interference necessary to access pumps for removal; remove pumps and rig pumps out of crane; rig in new pumps and install; supply o-rings, seals and gaskets as required for the sump covers and piping removal installation; replenish system hydraulic oil; Testing to be done by the government with the contractor standing by to assist (2 working days) any abnormal conditions found during test will be reported. The contractor is to provide a verbal daily status report with a weekly written report. These reports will include the status of the task, problems that arise, and any unexpected delays or expenditures. Work hours are to be from 0700-1530 daily Monday through Friday. All work to be completed in a timely manner (approximately 3 weeks) after receipt of materials. The government will supply the three pumps required to perform the job. Place of performance: Navy Cargo Handling and Port Group, 290 4th Street, Cheatham Annex, Williamsburg, VA. 23185. FOB Point: Destination to Norfolk, VA 23511. The following FAR provisions and clauses apply to this solicitation and are Incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations 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 Statutes or Executive Orders: The following numbered Subparagraphs under paragraph (b) of this apply: (6), (7), (8), and (9), FAR 52.232-33 Mandatory Information for Electronic Funds Transfer Program. The RFQ document, (N00189-00-T-0184), Provisions and clauses which have been incorporated are those In effect through FAC 97-11. The following Defense FAR Supplement DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 Which will be in full text. DFAR 252.225-7000 Buy American Act -Balance of Payments Program Certificate (DEC 1991), DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions Of Commercial Items (FEB 1997), The following clause under Paragraph (b) of this clause apply: DFAR 252.225-7001 Buy American Act and Balance of Payments Program (JAN 1994), DFAR 252.204-7004, (MAR 1998), Required Central Contractor Registration, (a) Definitions. As used in this clause -- (1) "Central Contractor Registration (CCR) database" means the primary DOD repository for contractor Information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services To identify unique business entities. (3) "Data Universal Numbering of System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil.. As a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested items with unit price, extended price, prompt payment terms, remittance address, and a completed copy of FAR 52.212-3. Wage determinations applicable to this solicitation as of the date of issuance are: Engineering Technician V -- Code: 29085 $22.48 per hour/ Machinist -- Code 23550 $16.22 per hour/ Hydraulics Mechanic -- Code 23530 $16.18 per hour. Reference wage determination number 94-2543 REV (21) Area : Norfolk, VA. Responses to this solicitation are due by COB December 22, 1999. All offers shall be mailed to; Norfolk Acquisition Group Hampton Roads Contracting Div, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: W. Wills, Code 20433C, Norfolk, VA.23511-3392. Facsimile quotations are acceptable. The facsimile number is (757) 445-2694 Reference RFQ N00189-00-T-0184. Note 1 applies Posted 12/08/99 (W-SN406886). (0342)

Loren Data Corp. http://www.ld.com (SYN# 0047 19991210\J-0002.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page