Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
SOLICITATION NOTICE

28 -- REPLACEMENT ENGINE

Notice Date
8/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-12-Q-0048
 
Response Due
8/14/2012
 
Archive Date
10/13/2012
 
Point of Contact
Valerie Marshall, 901 544-3619
 
E-Mail Address
USACE District, Memphis
(valerie.marshall@mvm02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number is W912EQ-12-Q-0048 and is being issued as a Request for Quote (RFQ). This procurement is SMALL BUSINESS SET ASIDE. The associated NAICS code is 333618. 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 following items to be delivered in accordance with specifications below: Specifications for Replacement Enginew Contractor shall provide all necessary labor, equipment, material, supervision, transportation, and any parts and services necessary to remove and replace broken (winch motor) engine, 6V-71N, Model #70637000, SN 6VA-104927 with block. The existing block is busted and cannot be repaired. Government will lift the engine unit from the barge for removal and replacement, however the Contractor shall be responsible for disconnecting the existing engine and power unit as well as reconnecting the new or rebuilt engine and power unit. The existing engine shall either be repaired by installing new block and other necessary components or replaced with a new/rebuilt engine. Whether being repaired or replaced, the Contractor shall ensure that the newly installed engine is the same or equal to Detroit 6V-71N, Model #70637000, SN 6VA-104927 with block, and comparable to the existing power unit. It is the responsibility of the Contractor to asses the broken engine and determine the appropriate parts/labor required to bring it back into operation. Upon completion of installation, the Contractor shall ensure proper operation of equipment and shall provide parts and labor warranty(s) in accordance with industry standard, but for a period of no less than one year Government acceptance. The broken engines' location will be provided after receipt of award, the broken engine shall be picked up by the Contractor within 3 days of the award. Quick turnaround is necessary in order for the Government to fulfill its mission, therefore the new or rebuild engine shall be returned to barge #7401, installed and fully functional within 2 weeks of pickup. The exact location for installation will be provided at time of award. Site Visit is scheduled for Friday, August 10, 2012 @ 10:00am CST. Barge 7401 is located approximately two (2) miles past the Huxtable Pumping Plant, Marianna, AR 72360. Once in the area contact Jerry Britton at 901 982-0877 for specifics to the barge. The point of contact for the site visit is Valerie Marshall (901) 544-3619 or email valerie.marshall@usace.army.mil. If you plan on attending please contact Valerie Marshall no later than August 9, 2012 @ 12:30pm so that your name can be added to the roster. All questions shall be submitted via email to Valerie Marshall NLT August 13, 2012 @ 11:00am CST. No phone calls will be accepted. Contractors shall submit a lump sum price to include all charges. All quotes shall include a description of work to be performed, as well as parts list and delivery schedule. Product specifications shall also be submitted to the Government in order to determine whether proposed product meets minimum Government requirements. Failure to submit all of the items requested above may eliminate offerors from consideration from award. Award will be made on the basis of lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (Lowest priced, technically acceptable (LPTA) offeror). Evaluation factors are as follows: Offerors technical capability shall be demonstrated by providing description as to how the requirement will be accomplished and end product. Technical capability shall also be demonstrated by submitting qualifications and experience of personnel in charge of executing the project. Past performance shall be demonstrated by submitting information on one similar project completed within the past three years to include description of service, dollar amount, date performed, point of contact for reference. Price shall be listed on separate sheet. Technical capability and past performance when combined are approximately equal to cost or price. The Government reserves the right to reject any contract employee who does not meet requirements as stated above and to remove any contract employee who fails to meet contract performance standards. Bid Line Item 0001 Engine Replacement Contractor shall submit completed clause 52.212-3, Offeror 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 and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors-Commercial Items; FAR 52.211-6 Brand Name or Equal; 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 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred; FAR52.209-10 Prohibition on Contracting with inverted domestic corporations; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; 52.222.19 Child Labor-Cooperation with Authorities and Remedied; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (CCR); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-1 Site Visit; FAR 52.252-2 Clauses to Incorporate by Reference; DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001 Buy American Act and Balance of Payments Program; DFAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 252.225-7002 Qualifying Country Sources of Subcontracting; Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by August 14, 2012 no later than10:00 AM local time at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-12-Q-0048 addressed to Valerie Marshall, Phone (901) 544-3619, Fax (901) 544-3710, email: Valerie.marshall@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-12-Q-0048/listing.html)
 
Place of Performance
Address: USACE District, Memphis (SEE SPECIFICATIONS) 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN02830490-W 20120809/120808001427-0f21cba56273ebaba92ad5791cf0e069 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.