Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2003 FBO #0622
SOLICITATION NOTICE

J -- Nonpersonal Services to Provide Automotive Maintenance of Tactical Equipment, Material Handling Equipment, and Refueling of Army Aircraft at Holloman Air Force Base, NM.

Notice Date
8/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, White Sands Missile Range - DABK39, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
DABK39-W81C39-3195-2700
 
Response Due
8/28/2003
 
Archive Date
10/27/2003
 
Point of Contact
Bonnie J. Kerns, 505-678-1422
 
E-Mail Address
ACA, White Sands Missile Range - DABK39
(kernsbj@wsmr.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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. This announcement constitutes the only solicitation; proposals a re being requested and a written solicitation will not be issued. White Sands Missile Range, NM is soliciting proposals for non-personnel services to provide automotive maintenance of tactical equipment, material handling equipment, and refueling of Army A ircraft at Holloman Air Force Base, NM. The period of performance will be a base period of one year plus four one-year option periods. The resulting contract will be a firm fixed-priced type contract. Exercising of option periods will be subject to avail ability of funds and satisfactory contractor performance. This Request for Proposals (RFP) is a 100% set-aside for Small Businesses. The NAICS Code and the small business size standard for this procurement are 811111 and $6 million. The appropriate DOL W age Determination Number is 94-2512 Rev (18), dated 02/28/2002 . Offeror's proposals shall be valid for a minimum of 60 days to be acknowledged in the offeror's proposal. We prefer to make payment by Government VISA card. If you do not accept the Govern ment VISA card, you must be registered in the Central Contractor Registration database. The following FAR clauses and provisions apply to this RFP. FAR provision 52.212-1 Instructions to Offerors-Commercial Items (July 2003); FAR Clause 52.212-4, Contrac t Terms and Conditions-Commercial Items (Feb 2002) is incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items (June 2003) applies to this RFP and the following clause s cited in FAR 52.212-5 apply: 52.233-3, Protest After Award; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 52-219-14, Limitations on Subcontracting; 52.222-19, Child Labor-Cooperation wit h Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action f or Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payme nts by Electronic Funds Transfer-Central Contractor Registration or 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Opti on Contracts), and 52.222-42, Statement of Equivalent Rates for Federal Hires. Please refer to the Army Contracting Agency White Sands Missile Range Directorate of Contracting Home Page at http://www.wsmr.army.mil/docpage/docpage.htm. In the “Busine ss Opportunities” box you will need to fill out the “Proposal Summary” and submit it with your proposal. DFAR Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquis itions of Commercial Items (Jun 2003) applies to this RFP. The following clauses cited in DFAR 252.212-7001 apply: 252.243-7002, Certification of Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; and 252.247-7024, Notific ation of Transportation of Supplies by Sea. In addition to the proceeding the following FAR and DFAR clauses/provisions are incorporated by reference. 52.219-6, Notice of Total Small Business Set-Aside; 52.223-5, Pollution Prevention and Right-to-Know Inf ormation; 52.223-6, Drug Free Workplace; 52.223-10, Waste Reduction Program; 52.228-5, Insurance – Work On A Government Installation; 52.232-18, Availabili ty of Funds; 52.237-1 Site Visit ; 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation; 52.245-1, Property Records; 52.245-2, Government Property (Fixed-Priced Contracts); 252.201-7000, Contracting Officers' Representative; 252.204-7004 , Required Central Contractor’s Registration; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials, and 252.245-7001, Reports of Government Property. The following clauses with fill-ins apply and are available in full text at our web site: 52.217-08 Option to Extend Services; 52.217-09 Option to Extend the Term of the Contract; and 252.232-7007, Limitation of Government’s Obligation. Award will be made to the technically acceptable, low price offeror. In order to be technically acceptable, you must 1) provide evidence of five years experience in automotive maintenance and aircraft refueling and 2) provide evidence that employee(s) are United States Citizens and possess a commercial driver’s license with a hazardous endorsement for operation of refueling vehicles. Copies of FAR clauses / provisions may be accessed via the Internet at www.arnet.gov or http://farsite.hill.af.mil. A written notice of award or acceptance of an offer, 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. Contractors who meet the above r equirements and have a fair and reasonable price will be considered for award. A detailed Statement of Work for this requirement, price schedule, information for the site visit, the appropriate DOL Wage Determination Statement of Equivalent Rates for Feder al Hires 94-2512 (Rev) 18, the inspection plan, and Clauses 52.217-08, 52.217-09; and 252.232-7007 will be posted on the White Sands Missile Range web-site along with FAR Clause 52.212-3. Source URL is http://www.wsmr.army.mil/docpage/pages/sol_stat.htm. T otal Price for evaluation purposes is determined by adding the total price of all Contract Line Items for the base period and all option periods. Award will be made to a single offeror. Offerors responding to this announcement shall submit their proposals via email to Ms. Bonnie Kerns at kernsbj@wsmr.army.mil or by facsimile to (505) 678-4975. Proposals must be received by 3:00 p.m. MST, on August 28, 2003.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABK/DABK39/DABK39-W81C39-3195-2700/listing.html)
 
Place of Performance
Address: ACA, White Sands Missile Range - DABK39 Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
Country: US
 
Record
SN00398155-F 20030813/030811223113 (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.