Federal Bid

Last Updated on 01 Dec 2012 at 10 AM
Combined Synopsis/Solicitation
Kings bay Georgia

J--LAMINATION RESTACK

Solicitation ID N444662101BX05
Posted Date 31 May 2012 at 7 PM
Archive Date 01 Dec 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Kings bay Georgia United states 31547
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N444662101BX05 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 811198 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-06-04 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be KINGS BAY, GA 31547

The FLC - Jacksonville requires the following items, Meet or Exceed, to the following:
LI 001, LAMINATION RESTACK; 70 KW GENERATOR STATOR IRON RESTACK; DIAMETER 25"; BORE 21.475 LENGTH 9"; SLOTS 144 THICKNESS 0.014", THE COMPANY WILL TAKE MEASUREMENTS REQUIRED FROM THE WE SHIP AS SAMPLES BY; DISASSEMBLING, THEN MANUFACTURE, STACK, WELD AND TEST THE NEW CORE. CLEAN AND BOX FOR RETURN SHIPMENT. MANUFACTURE IS JASPER ELECTRIC MOTOR INC., 1, JO;
LI 002, LAMINATION RESTACK; 70 KW GENERATOR STATOR IRON RESTACK; DIAMETER 25"; BORE 21.475 LENGTH 1"; SLOTS 28 THICKNESS 0.014", THE COMPANY WILL TAKE MEASUREMENTS REQUIRED FROM THE WE SHIP AS SAMPLES BY; DISASSEMBLING, THEN MANUFACTURE, STACK, WELD AND TEST THE NEW CORE. CLEAN AND BOX FOR RETURN SHIPMENT. MANUFACTURE IS JASPER ELECTRIC MOTOR INC., 1, JO;
LI 003, LAMINATION RESTACK; 70 KW GENERATOR STATOR IRON RESTACK; DIAMETER 21.375" BORE 7" LENGTH 8.9375""; SLOTS 28 THICKNESS 0.014", THE COMPANY WILL TAKE MEASUREMENTS REQUIRED FROM THE WE SHIP AS SAMPLES BY; DISASSEMBLING, THEN MANUFACTURE, STACK, WELD AND TEST THE NEW CORE. CLEAN AND BOX FOR RETURN SHIPMENT. MANUFACTURE IS JASPER ELECTRIC MOTOR INC., 1, JO;
LI 004, LAMINATION RESTACK; 70 KW GENERATOR ARMATURE IRON RESTACK; DIAMETER 13.5"; BORE 6.65 LENGTH 13.5"; SLOTS 50 THICKNESS 0.025", THE COMPANY WILL TAKE MEASUREMENTS REQUIRED FROM THE WE SHIP AS SAMPLES BY; DISASSEMBLING, THEN MANUFACTURE, STACK, WELD AND TEST THE NEW CORE. CLEAN AND BOX FOR RETURN SHIPMENT.MANUFACTURE IS JASPER ELECTRIC MOTOR INC., 1, JO;

Solicitation and Buy Attachments

***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 using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, FLC - Jacksonville intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Jacksonville is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

The NAICS code is _335312 and the Small Business Standard is _1000.

FAR 52.247-34, F.o.b. Destination applies

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

No partial shipments are permitted unless specifically authorized at the time of award.

Bid MUST be good for 30 calendar days after close of Buy.

FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company.

Central Contractor Registration (CCR). Sellers must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/

The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items.

52.219-6 Notice of Total Small Business Set-Aside.

52.222-3 Convict Labor

52.222-19 Child Labor--Cooperation with Authorities and Remedies

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)

52.225-13 Restrictions on Certain Foreign Purchases.

52.232-18 Availability of Funds

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)

252.225-7001 Buy American Act and Balance of Payments Program.

52.204-7 & 252.204-7004 Alt A: CCR / Alternate A 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions?Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.

PAYMENT BY THIRD PARTY

Bid Protests Not Available

Similar Past Bids

Jacksonville Florida 17 Apr 2003 at 5 AM
Kings bay Georgia 25 Jun 2012 at 12 PM
Location Unknown 14 May 2007 at 4 AM
Jacksonville Florida 09 Dec 2005 at 5 AM
Kings bay Georgia 10 Jan 2014 at 3 PM

Similar Opportunities

Jasper Georgia 21 Jul 2025 at 6 PM
Silverdale Washington 28 Jul 2025 at 4 AM
Fort bliss Texas 09 Jul 2025 at 7 PM
San francisco California 01 Jul 2030 at 11 PM
San francisco California 01 Jul 2030 at 10 PM