Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2002 FBO #0105
SOLICITATION NOTICE

49 -- Painting and Repairing of Special Purpose Vehicles

Notice Date
3/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
F38610-02-Q-0001
 
Response Due
3/25/2002
 
Archive Date
3/25/2002
 
Point of Contact
Shirley Blue, Contract Specialist, Phone (843) 963-5169, Fax (843) 963-5183, - Barbara Gainey, Contract Specialist, Phone (843) 963-5165, Fax (843) 963-2850,
 
E-Mail Address
shirley.blue@charleston.af.mil, Barbara.Gainey@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request of Quotations are being requested and written solicitation will not be issued. Solicitation number F38610-02-Q-0001 is a Request for Quotation. This solicitation document and incorporated provisions are those in affect through the Federal Acquisition Circular 97-27. This procurement is 100% set-aside for Small Business concerns. The North American Industry Classification System Code is 81121. The small business size standard is $6 million. A Blanket Purchase Agreement will be written for a total of five years beginning 28 March 2002 through 29 March 2007. The offerors shall provide as a response to this solicitation (1) a complete price list (Attachment 1) and (2) a completed clause 52.212-3. Quotes may be submitted in hard copy or electronically, either through e-mail, fax, or mail. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of the quotes by the time and date stated herein. STATEMENT OF WORK: Painting/repairing of heavy equipment listed in price list. Remove or mask all items not to be painted to include windows, windshield, emblems, light lens, antennas, inside door handles, data plates and panels etc. Treat vehicle as required for corrosion to include sandblasting or sanding exposed frame sections, wheel rims, and other exposed steel to remove rust and paint chips. Remove all dents, scratches, rock chips, and other damage to the exterior of the vehicle to ensure a smooth surface and a clean appearance when painting is completed. Apply 2 coats of primer, one coat of sealer, and two coats each of color and clear coat to the vehicle surface. Interior sheet metal is to be painted back to original color to include door panels, dashboards, doorpost and jams, and etc. After completion, repair or repaint any areas that exhibit "fish eye" or "orange peel". Finished product must present a uniform, professional appearance that meets automotive industry standards for commercial vehicle fleets. Repair all corrosion damage with metal; replace any missing or loose panel fasteners. UNIQUE REQUIREMENTS- Remove all rust by grinding/sandblasting and treat with a rust stopper/inhibitor. Paint exterior and interior complete, to include tire rims. MATERIAL REQUIREMENTS: Paint to be used must be urethane enamel from a nationally recognized brand equal in quality to Dupont Chroma Premier. Industrial types of equipment, i.e., forklifts, tow tractors, K-loaders, and etc., will be painted (Dupont#) DS119N Mango Green using an industrial type semi-gloss paint matching Dupont color code. The metal frame on flat bed trucks and exposed frame components (semi-trucks) on general purpose vehicles will be painted a gloss black to match Dupont color code 99S. PERFORMANCE REQUIREMENTS- General purpose vehicles identified by "B" registration numbers will be completed within 14 calendar days of receipt by the contractor except unusually large vehicles, such as buses. Special purpose vehicles, all other registration numbers, will be accomplished within 21 calendar days of receipt by the contractor. Contractor is responsible for transportation of vehicle to and from their facility. WARRANTY- Contractor will provide a warranty period on workmanship and materials used for no less than one year. GOVERNMENT RESPONSIBLITIES- The government is responsible for the stenciling and marking of the vehicles after painting is completed. The provision at FAR 52.212-1 - Instructions to Offerors- Commercial Items is applicable to this solicitation. Offerors shall include with their offers a completed copy of the provision at FAR 52.212-3 - Offeror Representation and Certifications; Commercial Items. FAR clauses 52.212-4 - Contract Terms and Conditions - Commercial Items, 52.253-1- Computer Generated Forms, 52.232-18 - Availability of Funds, and 52.219-6 -Notice of Total Small Business Set-Aside are applicable to this solicitation. FAR clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Commercial Items is applicable and the following clauses in paragraph (b) are checked: 52.222-21 - Prohibition of Segregated Facilities; 52.222-26 - Equal Opportunity; 52.222-35 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 - Affirmative Action for Worker with Disabilities, 52.222-37 - Employment Report on Disable Veterans and Veterans of the Vietnam Era, 52.232-33 - Payment by Electronic Funds Transfer; Central Contractor Registration, 52.222-42; Statement of Equivalent Rates for Federal Hires; with Employee Class and Monetary Wage completed as follows: Automobile Body Repairer, Fiberglass $16.13; Painter, Automobile $15.24. 52.222-41 Service Contract Act of 1965 as amended (41 U.S.C. 351, et seq) (Wage Determination 94-2474 applies to this procurement and can be accessed at http:// www.dol.gov. DFARS clause 252.204-7004, Required Central Contractor Registration (CCR), 252.204-7003 - Control of Government Personnel Work Product, and 252.246-7000 ; Material Inspection and Receiving Report are applicable to this solicitation. The full text of these clauses may be assessed electronically at this address: http://farsite.hill.af.mil. Responses to this Request for Quote (RFQ) must be received via e-mail, fax, mail or delivery, by 25 March 2002, no later than 4:30 Eastern Standard Time at the 437th Contracting Squadron, 101 E. Hill Blvd, Charleston AFB SC 29404-5021. Responses should be marked with the solicitation number and address to Jacqueline Brown. Vendors not registered in the 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 on line at www.CCR2000.com. For more business opportunities visit Web site http://www.selltoairforce.org. Additional opportunities can be found at Web sites http://www.sba.gov; and http://437contracting.charleston.af.mil. For questions concerning this solicitation contact Jacqueline Brown, Contract Specialist, 843-963-5165, fax 843-963-5183, or e-mail Jacqueline.Brown@charleston.af.mil.
 
Place of Performance
Address: 437 LGTM/MC&A, CHARLESTON AFB SC
Zip Code: 29404
Country: USA
 
Record
SN00043616-W 20020317/020315213353 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.