Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2003 FBO #0637
SOLICITATION NOTICE

J -- REPAINT VEHICLES AND TRAILERS

Notice Date
8/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Army, National Guard Bureau, 184 ARW/MSC, 57330 MUSTANG DRIVE, SUITE 13, McCONNELL AFB, KS, 67221-9013
 
ZIP Code
67221-9013
 
Solicitation Number
Reference-Number-F4615132260200
 
Response Due
9/15/2003
 
Point of Contact
Darin Brun, Contracting Specialist, Phone 3167597591, Fax 3167597588, - Contracting Office, Entire Office, Phone 316 759 7591, Fax 316 759 7588,
 
E-Mail Address
Darin.Brun@ksmcco.ang.af.mil, contracting@ksmcco.ang.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; a Request for Quotation is being requested and a written solicitation will not be issued. The reference number for this procurement is F4615132260200 and is issued as a Request for Quotation (RFQ). This solicitation is 100 percent set aside for small businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15 and DFARS, Defense Change Notice (DCN) 20030821. The SIC code is 7532, the NAICS code is 811121, the size standard is $6 million. The Contractor quote shall include pricing for a complete solution as outlined by the attached statement of work. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors Commercial; FAR 52.212-2 Evaluation of Commercial Items (evaluation factors are: Price, warranty and Past Performance); FAR 52.212-3 Offeror Representations and Certifications Alternate I; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2002) (Deviation); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52. 222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts & Compliance Report; 52.22-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36 Affirmative Action for workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965, as Amended;.FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.232-33 Mandatory Information for Electronic Funds Transfer; FAR 52.233-3 Protest After Award; FAR 52.245-1 Property Records; FAR 52.245-2 Government Property (Fixed-Price Contracts); DFARS 252-204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. All contractors must be Central Contractor Registration (CCR) registered to receive a DOD award or payment. All quotes timely received will be considered. The contractor quote will be evaluated based on price, warranty and past performance. To evaluate past performance the quoter will send a minimum of three contracts performed in the last two years with points of contact and phone numbers, preferably from Government contracts. All evaluation factors other than cost or price, when combined, are significantly less important than cost or price. Quotes failing to submit completed FAR 52.212-3, Offeror Representations and Certifications, may be considered non-responsive. To view FAR clauses see http://www.arnet.gov/ or DFARS see http://farsite.hill.af.mil/. If you are unable to access the web site, call Darin Brun at (316) 759-7591, Fax: (316) 759-7588 or email contracting@ksmcco.ang.af.mil. Quotes are due on or before 1:00pm CDT 15 Sep 2003. Site visit will be 3 Sep 2003, 2:00pm CDT for those interested. Coordinate site visit with Rex Medcalf 316.759.7993 or rex.medcalf@ksmcco.ang.af.mil. STATEMENT OF WORK REPAINT VEHICLES KANSAS AIR NATIONAL GUARD, McCONNELL AFB, KANSAS PROJECT NUMBER F4615132260200 Overall scope is to sandblast, prime, and repaint M-Series Vehicles and trailers to Technical Order specifications. No body work will be done. No more than two vehicles will be delivered for work at a time. Trailers may accompany vehicles. Total time for completion will be 120 calendar days. Except where otherwise provided, the pattern will be three color camo paint scheme. Polyurethane, Chemical agent resistant (CARC) 2-component (Topcoat) Mil-C-46168. Clin 0001, M-923 CGO Truck (5 ton), 10 each, tri color camo pattern; Clin 0002, M-35 CGO (2.5 ton), 3 each, tri color camo pattern; Clin 0003, M-50 WTR Truck (2.5 ton), 1 each, tri color camo pattern; Clin 0004, M-49 Fuel Truck (2.5 ton), 2 each, tri color camo pattern; Clin 0005, Mobilizers (Dolly Sets), 8 each, solid color forest green; Clin 0006, 1061 Gen trailer (flat bed), 5 each, solid color forest green; Clin 0007, Trailer WTR 400 gallon, 1 each, tri color camo pattern. Vehicles will be delivered and picked up by military personnel. Maximum mileage radius that Government deliveries will be made is 35 miles from McConnell AFB, KS. Anything in excess of 35 miles is the quoter?s responsibility. Federal Wage Determination used for this requirement will be: 94-2215 Rev 22, KS, Wichita.
 
Place of Performance
Address: CONTRACTORS PLACE OF BUSINESS
 
Record
SN00412789-W 20030828/030827074709 (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.