Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2002 FBO #0300
SOLICITATION NOTICE

23 -- GO Trax Maintenance

Notice Date
9/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 3112 Broadway Ave, Unit 5B, Eielson AFB, AK, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
Reference-Number-FQ500421780100
 
Response Due
9/26/2002
 
Archive Date
10/11/2002
 
Point of Contact
Thomas Allman, Contract Admin, Phone 907-377-1123, Fax 307-377-2389, - Thomas Allman, Contract Admin, Phone 907-377-1123, Fax 307-377-2389,
 
E-Mail Address
thomas.allman@eielson.af.mil, thomas.allman@eielson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
his 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. Solicitation FQ500421780111 is hereby issued as a Request for Quote. This solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. This acquisition is 100% set-aside for small businesses under NAICS code 423120, which has a small business size standard of $6.0 million. The requirement is IAW the following statement of work: STATEMENT OF WORK- SPACE BOWLING MAINTENANCE SERVICES NONPERSONAL: STATEMENT OF WORK GO-TRACT MAINTENANCE DATE ? SERVICES NON-PERSONAL 1. SCOPE: Provide all parts, labor, transportation, and facilities necessary to provide maintenance on three (3) tracked vehicles. Three (3) vehicles are GT-800 GO-TRACTS, made by universal Canadian Foremost. These vehicles are powered by Detroit diesel engines, and are in the 16,000-pound class. Performance period is from award date to 30 Sept 200?. Offers will be submitted in the following format, with unit and extended prices. 2. MAINTENANCE CHECKS: Minor maintenance servicing. Line item(s) 0001 will be accomplished approximately once per quarter based on vehicle usage and government needs as determined by the contracting officer or designated represenative. The price 0002 will be for the contractor on - site minor maintenance servicing. The price for line item 0001 will be for the government delivering all vehicles to the contractor's site for minor maintenance. (i) Minor Maintenance Servicing includes level and operational checks, and operating checks of oil, coolants, belts, battery electrolyte level, windshield wiper fluid, and wiper blade checks. The contractor will be required to bring fluid levels to manufacture's recommended operating levels, replace belts cracked of worn, replace worn wiper blades, and provide a vehicle condition report for recommendations for repair of all other findings. (ii) Incidental material charges to perform line items 0001 and 0002: operating fluids, wiper blades and belts will be reimbursed using line item 0004 at actual invoice cost less any discounts received including quantity, dealer, etc. (iii) Prices will reflect all costs; profit overhead, material, etc. Except the material reimbursement listed in (ii). (iv) A Condition Report will be accomplished for all vehicles receiving minor maintenance servicing. (v) Minor maintenance servicing frequencies may be increased or decreased based on Range Maintenance requirements. The contractor will call the contracting officer's designated representative to verify servicing for the quarter not later than (NLT) 5 workdays prior to the scheduled arrival. For all other frequency arrangements, the contracting officer's designated representative will call the vendor to schedule minor maintenance servicing NLT 5 workdays prior to the arrival date. (vi) For onsite minor maintenance servicing, vehicles will be centrally located at Eielson AFB. Building 3405 is the designated servicing location. 3. REPAIRS: Other repairs and maintenance not required during minor maintenance servicing will be authorized by the contracting officer's designated representative. (i) All repairs, including those recommended during minor maintenance servicing, will require authorization to proceed. If necessary to develop a repair estimate, a Tear Down and Quote (TDQ) authorization must also be obtained from the contracting officer's designated representative before starting. The TDQ charge will be at an hourly rate listed in the contract as line item 0003. All materials to accomplish repair shall be billed as reimbursable under line item 0004. (ii) The contractor will be required to submit a TDQ NLT five (5) workdays after the vehicle is dropped off at the contractor's facility. The time to do the actual repair should be stated in the TDQ for the approval by the contracting officer's designated representative. (iii) The TDQ will provide cost of repair and the approximate time to complete all repairs. (iv) The government reserves the right not to proceed with repair. In the event the government does not proceed with repair, the authorized TDQ work will be paid at the hourly rate contract price, line item 0003. 4. ENVIRONMENT COMPLIANCE: The contractor will be required to operate in accordance with (IAW) all Federal, State, and Local laws throughout the life of the contract. (i) For off base repair or minor maintenance servicing, the contractor is responsible to maintain its facility within all legal requirements. (ii) On-base minor maintenance servicing will require the contractor to perform servicing in an environmentally friendly manner to prevent spills, dripping, and prevent any hazardous materials from being used for other than its intended purpose or contaminating the work area. (iii) The government will provide spill pads. The contracting officer's designated representative will coordinate ensuring spill pads are available prior to work commencing. The contractor will be required to place spill pads in areas where fluid or other spilling may occur. (iv) The government will provide a disposal bin for the wiper blades, spill pads, belts, etc., replaced during minor maintenance servicing. (v) The government will provide a central location at Eielson AFB when minor maintenance servicing will be done onsite. The pads will be located at this site. (vi) The government will dispose of spill pads and other. The contractor will remove all other hazardous materials like anti-freeze, oil, and other contaminants brought on to the base for minor maintenance servicing. Evaluation of offers will be performed on the basis of price. The following clauses and provisions are hereby incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-3 (ALT III); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; 52.217-8 Option to Extend Service 52.217-9 Option to the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965, as amended; 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.253-1, Computer Generated Forms; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Required Central Contractor Registration; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.225-7009, Duty Free Entry -- Qualifying Country Supplies (End Products and Components); 252.225-7036, Buy American - North American Free Trade Agreement; 252.225-7036, Alt I, Implementation Act - Balance of Payments Program; Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, along with its alternates I and III. Wage Determination # 94-2017 rev 27 applies to this procurement in full force and effect. Applicable employee class(es): Maintenance Mechanic, Minimum wage rate $23.87. Submit signed and dated quotes to 354 CONS/LGCB, by Fax to (907) 377 - 2389, by email to thomas.allman@eielson.af.mil, or by mail to 3112 Broadway Ave Unit 5B, Eielson AFB AK 99702-3112. Quotes must be received no later than 1630 (4:30pm) AST, 26 Sep 2002 to be considered for award. If any information regarding the solicitation is required, please contact SSgt Thomas Allman in any of the above methods, or by telephone at (907) 377 - 1123. The Government reserves the right to award without discussions. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-SEP-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 26-SEP-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/PAF/354CONS/Reference-Number-FQ500421780100/listing.html)
 
Place of Performance
Address: Eielson AFB Alaska
Zip Code: 99702
Country: USA
 
Record
SN00177270-F 20020928/020926221801 (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.