Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2005 FBO #1370
SOLICITATION NOTICE

J -- ATV Preventive Maintenance BPA

Notice Date
8/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-05-Q-115
 
Response Due
9/2/2005
 
Archive Date
9/17/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR), with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number is FA4861-05-Q-B115 issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-04. THIS SOLICITATION is 100 % SET ASIDE FOR SMALL BUSINESS. The Standard Industry Classification (SIC) for this solicitation is 3732 and the North American Industry Classification Systems (NAICS) are 811490. Based on the size standard for small business of 500 employees. The Government intends to award at least one Blanket Purchase Agreement (BPA) for services described and may award multiple BPAs with more than one supplier of the same type to provide maximum practicable competition. BPA will be written for a 5-year period. The item description is as follows: Contractor shall provide preventive maintenance to 11 each 4 X 4 All Terrain Vehicles, (Honda Ranchers) in accordance with the bid schedule attached (Attachment 1). Repairs not covered under preventive maintenance shall be made only after receiving permission from unit point of contact. All repairs, including parts and labor, will be paid by Government Purchase Card (VISA). Delivery and pick-up of vehicles will be made by government to contractor?s establishment. Time for delivery shall be coordinated in advance between the contractor and the government. Meeting time between government representative and the contractor for delivery shall be agreed to in advance. Offerors must include with their quotations: 1) A price quote for the scheduled preventive maintenance performance. 2) Past Performance Evaluation Questionnaire (a minimum of 3 references), (ATTACHMENT 2). 2) A completed copy of provisions 52.212-3, Offeror Representations and Certifications - Commercial Items (ATTACHMENT 3). Offerors who fail to complete and submit the requirements above may be considered non-responsive. The following clauses and/or provisions apply to this solicitation: 1) A Blanket Purchase Agreement utilizing the Government Purchase Card (GPC) as a method of payment is planned. 2) The government reserves the right to make multiple awards. 3) A combined synopsis/solicitation (along with the attachments) will be posted on the Federal Government Electronic Posting System (EPS) site, <http://eps.gov>. Amendments will be posted on the affected solicitation page EPS site. It is the offerors? responsibility to monitor this site for the release of amendments (if any). The following provisions and clauses can be viewed through Internet access at Air Force FAR site, <http://farsite.hill.af.mil>. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e.: product literature), price and any discount, and delivery times; FAR 52.212-2 Evaluation - Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the Government, delivery and price considered. The provisions at 52.212-3, Offeror Representation and Certifications - Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. 52.212-5 Executive Orders - Commercial Items, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, 52.222-19, Child Labor - Cooperation with Authorities and Remedies and 52.232-36, Payment by Third Party - applies to this solicitation. The provisions at 52.252-2, Clauses Incorporated by Reference apply to this solicitation and 52.252-6, Authorized Deviation in Clauses. The provisions at 252.225-7000, Buy American Act - Balance of Payments Program Certificate, 252.204-7004, Required Central Contractor Registration and 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. For solicitations issued after 1 Jun 98, all contractors are required to be registered in the Central Contractors Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at <http://www.ccr2000.com>. Contractors are required to have a Dun and Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing or e-mail or by fax by 4:00 PM on 2 September 2005 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191, Attention SRA Justin D Johnson, Contract Administrator, at (702) 652-8402, FAX NO. (702) 652-9570, E-mail justin.johnson@nellis.af.mil or Contract Administrator, SRA James McGill james.mcgill@nellis.af.mil at (702) 652-5488 for information regarding this solicitation. Point of Contact SRA Justin D Johnson, Contract Specialist, Phone 702-652-8402, FAX 702-652-9570, E-mail justin.johnson@nellis.af.mil. Place of Contract Performance: NELLIS AFB, NEVADA 89191
 
Place of Performance
Address: NELLIS AFB, NEVADA 89191
Zip Code: 89191
 
Record
SN00879341-W 20050827/050825212050 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.