Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2002 FBO #0335
SOLICITATION NOTICE

J -- Painting of M12A1 Decontamination Units, Ammunition Peculiar Equipment (APE), and Other Miscellaneous Equipment

Notice Date
10/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Tooele Army Depot, ATTN: SMATE-CD Contracting Office, Building 501, Tooele, UT 84074-0839
 
ZIP Code
84074-0839
 
Solicitation Number
DAAA14-03-T-0005
 
Archive Date
1/6/2003
 
Point of Contact
Paula Kramer, 435-833-5063
 
E-Mail Address
Email your questions to Tooele Army Depot
(kramerp@tooele-emh2.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 17(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotatio ns are being requested and a written solicitation will not be issued. 17(ii) The Solicitation Number is DAAA14-03-T-0005 is being issued as a request for quotation (RFQ). 17(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-09 and DFARS Change Notice 20021001. 17(iv) This procurement is set-aside for small business concerns under the North American Industry Classification System (NAICS) Code 332812,painting metal and metal p roducts. The small business size standard is 500. 17(v) This acquisition is for a firm-fixed price base year IDIQ requirement purchase order for services with four (4) option years. Any services to be furnished under this contract shall be ordered by issu ance of task orders. NOTE: Funds are not presently available for this acquisition. No contract award will be made until appropriate funds are made available. This solicitation contains sixty-five (65) Contract Line Item Numbers (CLINs). These items inc lude four (4) option years. CLIN 0001 Base Year, First Article Inspection, Prime and top coat paint M12A1 Decon Unit, qty 5 ea; CLIN 0002 Base Year, Prime and top coat paint M12A1 Decon Unit, est qty 75 ea to 150 ea; CLIN 0003 Base Year, Option Item, Prim e and top coat paint M12A1 Decon Unit Water Heater, est qty 15 ea; CLIN 0004 Base Year, Option Item, Prime and top coat paint M12A1 Decon Unit Pump Motor, Shell, P/N C5-45-2986 Shop #12, est qty 15 ea, CLIN 0005 Base Year, Option Item, Prime and top coat p aint M12A1 Decon Unit Pump Motor, Shell, P/N C5-45-2986 Shop #12, est qty 15 ea; CLIN 0006 Base Year, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Engine Fuel Tank (2 tanks), est qty 15 ea; CLIN 0007 Base Year, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Panel, P/N C5-45-2976, Shop #13, est qty 15 ea; CLIN 0008 Base Year, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Hose Reel (2 pieces), P/N C5-45-3192, est qty 15 ea; CLIN 0009 Base Year, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Hose Reel Mount (2 pieces), est qty 15 ea; CLIN 0010 Base Year, Option Item. Prime and top coat painting M12A1 Decon Unit Pump Motor, Control Panel Assembly, P/N D5-45-3227, Shop #11, est qty 15 ea; CLIN 0011 Base Year, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Misc. pipes, valves, Bilge tank, fittings, & turn Handles, est qty 15 ea; CLIN 0012 Base Year, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Pump, est qty 15 ea; CLIN 0013 Base Year, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Valve Assembly, est qty 15 ea; CLIN 0014 Base Year, Labor Hour. Paint Ammunition Peculiar Equipment (APE) and misc equipment, est qty 100 labor hours; CLIN 0015 Prime and top coat paint M12A1 Decon Unit, est qty 15; CLIN 0016 Option Year 1, Option Item, Prime and top coat paint M12A1 Decon Unit Water Heater, est qty 15 ea; CLIN 0017 Option Year 1, Option Item, Prime and top coat paint M12A 1 Decon Unit Pump Motor, Shell, P/N C5-45-2986 Shop #12, est qty 15 ea, CLIN 0018 Option Year 1, Option Item, Prime and top coat paint M12A1 Decon Unit Pump Motor, Shell, P/N C5-45-2986 Shop #12, est qty 15 ea; CLIN 0019 Option Year 1, Option Item. Prime a nd top coat paint M12A1 Decon Unit Pump Motor, Engine Fuel Tank (2 tanks), est qty 15 ea; CLIN 0020 Option Year 1, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Panel, P/N C5-45-2976, Shop #13, est qty 15 ea; CLIN 0021 Option Year 1, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Hose Reel (2 pieces), P/N C5-45-3192, est qty 15 ea; CLIN 0022 Option Year 1, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Hose Reel Mount (2 pieces), est qty 15 ea; CLIN 0023 Option Year 1, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Control Panel Assembly, P/N D5-45-3227, Shop #11, est qty 15 ea; C LIN 0024 Option Year 1, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Misc. pipes, valves, Bilge tank, fittings, & turn Handles, est qty 15 ea; CLIN 0025 Option Year 1, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Moto r, Pump, est qty 15 ea; CLIN 0026 Option Year 1, Option Item. Prime and top coat paint M12A1 Decon Unit Pump Motor, Valve Assembly, est qty 15 ea; CLIN 0027 Option Year 1, Labor Hour. Paint Ammunition Peculiar Equipment (APE) and misc equipment, est qty 100 labor hours; CLIN 0028 through 0040 Option Year 2, Schedule of Supplies/Services is the same as Option Year 1 accordingly; CLIN 0041 through 0053 Option Year 3, Schedule of Supplies/Services is the same as Option Year 1 accordingly; CLIN 0054 through 0 066 Option Year 4, Schedule of Supplies/Services is the same as Option Year 1 accordingly. 17(vi) All CLINs are subject to the Statement of Work (SOW) for Prime and top coat painting of M12A1 Decon Units, or painting of APE, & Other Misc Equipment for AED , Tooele Army Depot, dated 31 Oct 02. Copies of the SOW will be made available upon requests. All requests shall be directed to Paula K. Kramer, Contracting Officer (435) 833-5063. Copies will be made available while supplies last. 17(vii) The Contracto r shall be responsible for pickup and delivery of CLINs associated with decontamination units iaw the SOW. The Government will be responsible for delivery of all other CLINs. Delivery shall be iaw FAR 52.211-8, Time of Delivery, fill-in (a) all CLINs, pe r individual task order, 3 calendar days. 17(vi). Any purchase order awarded, as a result of this solicitation shall become effective on date of award and continue in effect for a one-year period. Total contract period with all options shall not exceed f ive (5) years. 17(viii) The provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition and is hereby incorporated by reference. 17(ix) The offerors/quoters agree to furnish the Contracting Officer the following information co ncerning the offerors/quoters technical abilities to perform the work described in this solicitation: (1) Copy of all required business licenses and permits, including environmental permits governing services under this solicitation. If a permit is not r equired for any reason, such as the grandfather clause in the air regulations, the Contractor shall provide documentation accordingly; (2) A work plan that demonstrates offerors/quoters ability to complete the requirements within the timeframe allows. NOT E: The Government reserves the right to reject any offeror/quotation that fails to furnish the above information. Technical offerors/quotations shall be subject to evaluation by a team of Government personnel. In order for the team to determine that an offeror/quotation is technically acceptable the offer/quote must demonstrate: (1) Understanding of the technical requirements and the means required to fulfill the technical requirements. (2) Feasibility of performing to all the terms and conditions of th e offer within the timeframe allowed and at the total price proposed by the offeror/quoter. All proposals/quotations will be evaluated against the technical evaluation criteria set forth in this solicitation. To receive consideration for award a rating of technically acceptable must be achieved. Award shall be made to that responsible offeror(s)/quoter(s) who submits the lowest price, technically acceptable proposal. Price acceptability and eligibility for award shall be based on the total price offered. The Government will evaluate offers/quotations for award purposes by adding the total price for all options to the total price for the basic price requirement . For evaluation purposes only, a total price will be established using the total price for firm-fixed price line items (maximum quantities including estimates) and a total price using the estimated labor-hours for labor rate line items. The Government m ay determine that an offer(s) is unacceptable if the option prices are significantly unbalanced. Evaluation of options will not obligate the Government to exercise option(s). A written notice of award(s) or acceptance of an offer(s), mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer(s) specified expiration time, the Government may accept an offer(s) (or part of an offer(s)), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors/quoters shall provide a point of contact, current telephone numbers and fax number for each contract. T his list is due by the date established for receipt of offers. 17(x) Offerors/quoters are reminded to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification?Commercial Items, and DFARS 252.212-7000, Offeror R epresentations and Certifications?Commercial Items with its offer/quotation. 17(xi). FAR Clause 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. 17(xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items and the following FAR clauses cited in the clause are applicable to this solicitation and any resultant purchase order: (b)(1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with A lternate I; (b)(7) 52.219-14, Limitations on Subcontracting; (b)(11) 52.222-21, Prohibition of Segregated Facilities; (b)(12) 52.222-26, Equal Opportunity (E.O. 11246); (b)(13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vie tnam Era, and Other Eligible Veterans; (b)(14) 52.222-36, Affirmative Action for Workers with Disabilities; (b)(15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (b)(24) 52.232-33, Pay ment by Electronic Funds Transfer?Central Contractor Registration; (b)(27) 52.239-1, Privacy or Security Safeguards, (28) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels; (c)(1) 52.222-41, Service Contract Act of 1965, As Amended; (c )(2) 52.222-42, Statement of Equivalent Rates for Federal Hires; (c)(3) 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts). 17(xiii). Additional contract terms and conditions applicable to t his procurement are: (i) 52.216-18, Ordering, fill-in 5 years from date of award; (ii) 52.216-19, Order Limitations, fill-in (a) one each, (b)(1)350 each, (b)(2) 350 each, (b)(3) five; (iii) 52.216-22, Indefinite Quantity, fill-in (d) after the last day of the last option period exercised; (iv) 52.217-5, Evaluation of Options; (v) 52.217-7, Option for Increased Quantity- Separately Priced Line Item, fill-in fourteen days prior to issuing a task order; (vi) 52.217-8, Option to Extend Services, fill in thirty days prior to the last day of performance period; (vii) 52.247-34, F.O.B. Destination, (viii) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is hereby i ncorporated by reference. The following paragraphs apply to this solicitation and any resultant contract (a) 52.203-3, Gratuities, (b) 252.225-7001, Buy American Act and Balance of Payment Program; 252.225.7007, Buy American Act/Trade Agreements-Balance o f Payments Program; 252.225-7012, Preference for Certain Domestic commodities; 252.227-7015, Technical Data/Commercial Items. The clauses are incorporated by r eference with the same force and effect as if they were given in full text. FAR and DFARS clauses may be accessed electronically in full text at http://farsite.hill.af.mil/reghtml/regs respectively. Any contract awarded as a result of this solicitation w ill be subject to Wage Determination No. 1994-2532 dated 15 Mar 02. A copy of the current wage determination will be made available upon request. 17(xiv) The Defense Priorities and Allocations System (DPAS) assigned rating for this procurement is S10. 1 7(xv) NA. 17(xvi) Signed and dated offers must be original submitted to Tooele Army Depot, Contracting Officer, ATTN: Paula K. Kramer, Building 1005, Tooele, Utah 84074-5000 on or before 4:30pm, November 07, 2002. 17(xvii) For additional information rega rding this solicitation contact Paula K. Kramer, Contracting Officer, (435) 833-5063.
 
Place of Performance
Address: Tooele Army Depot ATTN: SMATE-CD Contracting Office, Building 501 Tooele UT
Zip Code: 84074-0839
Country: US
 
Record
SN00197192-W 20021102/021101074005 (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.