Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

J -- Fleet Repair

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
Reference-Number-F3F1A16240A100
 
Response Due
9/12/2006
 
Archive Date
9/27/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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 are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F1A16240A100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and through Department of Defense Acquisition Regulation Change Notice 20060814. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 811111; Small Business Size Standard: $6.5M (v) CLIN (0001) 7 each: 5 ton truck require lube, oil, and filters and system check of all components using attached checklist. The service provider will supply all filters and petroleum products 15W-40 to be used in the engines. Any unique military parts will be provided by customer. These vehicles have NHC 250 Cummins engine, Allison transmission, and Rockwell axles. CLIN (0002) 2 each: 2.5 ton truck requires lube, oil, and filters and system check of all components using attached checklist. The service provider will supply petroleum products 15W-40 to be used in the engines. Filter and any unique military parts will be provided by the customer. These vehicles have a white multi-fueled engine. CLIN (0003) 1 each: 5 ton truck requires replacement of radiator, front axle seals, and front CV boots. Replace antifreeze, service to -20?F. The service provider will provide the antifreeze. The customer will provide radiator, axle seals, and CV boots. CLIN (0004) 2 each: 5 ton truck requires auxiliary shaft pulley seal replaced. The service provider will provide parts. These vehicles have NHC Cummins engine. CLIN (0005) 1 each: 5 ton truck requires replacement of front axle seals, front CV boots, heater hoses, and transfer case output seal. The customer will provide axle seals and CV boots. All other parts will be supplied by service provider. CLIN (0006) 2 each: 5 ton truck requires replacement of front crank shaft seal on engine. The service provider will supply parts. These vehicles have 6CTA 8.3L Cummins engine. CLIN (0007) 1 each: 5 ton truck requires replacement of front axle seals and fron CV boots. The customer will provide parts. CLIN (0008) 1 each: mobilizer trailer requires lube, oil, and filters, system inspection using attached checklist, and replacement of hydraulic pumps. The customer will provide hydraulic pumps. CLIN (0009) 2 each: mobilizer trailer requires lube, oil, and filters, system inspection using attached checklist, and wheel bearing repack. Any unique military part will be supplied by the customer. CLIN (0010) 1 each: Humvee requires replacment of transmission pan gasket and steering shaft. All parts will be provided by the customer. CLIN (0011) 1 each: Humvee requires lube, oil, and filters, system inspection using attached checklist, and replacment of all tires. Service provider will provide filter and petroleum products 15W-40 to be used in engine. The customer will provide tires and other military unique items. CLIN (0012) 1 each: Humvee requires replacement of transfer case seal. The customer will provide trasfer case seal. The service provider will provide petroleum products. Engine is GM 6.5L diesel. CLIN (0013) 1 each: Ford F250 requires replacement of rear brake shoes, rear axle seals, and drums turned. Service provider will provide all parts. CLIN (0014) 1 each: Humvee requires replacment of rear upper and lower ball joints. The customer will provide all parts. CLIN (0015) 1 each: Chevy CK2500 requires the left fender and left rocker panel to be repaired by pulling the dents out, filling any imperfections with body filler, and finish to original shape. All repairs will be painted to match and blend in. (vi) This requirement is currently UNFUNDED. The government does not presently intend to award a contract, but does want to obtain information in the event that funding is obtained. The government may or may not award a contract for some or all of the items in this request. (vii) All vehicles will be dropped off at vendors location and picked up from vendor when completed. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business 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 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Hires (THIS IS FOR INFORMATION ONLY, IT IS NOT A WAGE DETERMINATION: Employee Class Monetary Wage-Fringe Benefits: WG-10, Motor Vehicle Mechanic, $20.88/hr); FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer?Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.232-7003 Electronic Submission of Payment Requests; and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: david.glowaacki@langley.af.mil** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xv) Numbered Notes. The following Numbered Notes apply to this requirement. Numbered Note #1 (xvi) Quotes must be emailed to A1C Andrea Lay at andrea.lay@mountainhome.af.mil or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 12 Sep 06.
 
Place of Performance
Address: Mountain Home AFB, ID
Zip Code: 83648
Country: UNITED STATES
 
Record
SN01134969-W 20060908/060906220940 (fbodaily.com)
 
Source
FedBizOpps 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.