Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
MODIFICATION

23 -- CORROSION REPAIRS AND REPAINT OF 15 VEHICLES

Notice Date
8/30/2007
 
Notice Type
Modification
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2C3U27199A001
 
Response Due
9/15/2007
 
Archive Date
9/30/2007
 
Point of Contact
Amphone Phommachanh, Contract Specialist, Phone 808-448-2978, Fax 808-448-2911, - Stephanie Dye, Contract Specialist, Phone (808) 448-2955, Fax (808) 448-2911,
 
E-Mail Address
amphone.phommachanh@hickam.af.mil, stephanie.dye@hickam.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Contractor facility and performance of work shall be located on the island of Oahu, Hawaii. A site visit is mandatory to be considered for award. The site visit is scheduled for 7 September 07 at 1200hrs on Hickam AFB. To gain access to the base, the following is required by 6 September at 1200hrs: Full birth name, social security number, date of birth and nationality. (ii) This purchase request (PR) will be issued as a request for quotation (RFQ) under the following PR/solicitation number: F2C3U27199A001, Corrosion Control Repairs and Paint Vehicles. . (iii) This PR and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2001-05. (iv) This acquisition is set-aside 100% for small businesses in regards to size standards. The applicable NAICS is (811121), and the small business size standard is ($6.5M). (v) This RFQ contains one CLIN) line item(s): (1 Job - Perform corrosion control repairs and paint 15 vehicles. ). (vi): See attached Statement of Work (SOW) for a complete description of the requirement. (vii) The performance period will commence within 15 days of notification of award. Place of performance is contractor?s facility. Acceptance will be performed by the Government. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) Offers will be evaluated using the following evaluation factors: The contract will be awarded to the offeror that provides the lowest price to the government. (x) All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (See Attached). (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition along with the following addenda: 52.219-1, Small Business Program Representations (Apr 2002). All offers must include a completed copy of this provision. (See Attached). 52.219-6 -- Notice of Total Small Business Set-Aside 252.204-7004 ? Required Central Contractor Registration. 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Effective 1 Oct 2006, use of Wide Area Workflow (WAWF) electronic invoicing is the mandatory method of invoice submission and payment and vendors should register via https://rmb.ogden.disa.mil. 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). For the purpose of this acquisition the following equivalent rates apply: Painter, Automotive $19.16. 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq (xiii) The full text of clauses and provisions can be accessed at the following web address: (http://farsite.hill.af.mil/). (xvi) All offers are due to the 15th Contracting Squadron no later than (15 September 2007, 12:00 PM HST) STATEMENT OF WORK CORROSION REPAIRS AND REPAINT OF 15 LRS VEHICLE FLEET 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, tools, supplies, equipment (except those identified in paragraph 2) and labor necessary to repair body corrosion and paint complete the following fifteen (15) vehicles IAW Air Force standards identified in Technical Order (T.O.) 36-1-191 which will be provided by 15 LRS/LGRVM: 3ea. Bobtails (Registration #s 00C00653, 01C00141, 01C00143 or suitable sub) 3ea. 6k Forklifts (Registration #s 94E00600, 94E00602, 95E00255 or suitable sub) 4ea. 10k Forklifts (Registration #s 97E00063, 97E00064, 97E00071, 97E00072 or suitable sub) 4ea. Staircase Trucks (Registration #s 97C00601, 98C00460, 98C00505, 00C00803 or suitable sub) 1ea. High-Reach Truck (Registration # 94C00377) 1.1. BASIC SERVICES. The contractor shall perform all service/repairs identified below to professionally repaint complete the 15 vehicles listed above in section 1. All repairs must meet the standards/guidelines established in AF T.O. 36-1-191. Required vehicle service/repairs are as follows: 1.1.1. Perform an initial inspection of the vehicle to identify all corrosion areas requiring repairs inside and outside of vehicle to include vehicle cabs, storage compartments, cabinets, etc... 1.1.2. All corrosion is to be cut out and patched with sheet metal, filled with body filler and shaped to original vehicle body contour. 1.1.3. All dents and scratches will be repaired, any torn or cracked metal will be welded, and all completed repairs will be primed prior to final paint. 1.1.4. All corrosion under glass (windshield, rear window, vent glass, etc?) will be repaired. 1.1.5. Worn door hinges will be repaired or replaced before painting. Doors, tailgates, access doors, windows, etc? will be properly aligned and in proper working order. 1.1.6. Priming and sanding of the entire vehicle to include wheels/rims. 1.1.7. Removal of all dust or debris that could affect the vehicle finish shall be done before final painting of the vehicle is accomplished. In addition, windows, windshields, chrome door handles/latches, gauge faces, switches, instruments, hydraulic/pneumatic cylinder rams, control panel labels, etc?will be covered and protected from any paint overspray. 1.1.8. Vehicle must be painted in color scheme IAW AF T.O. 36-1-191 which will be provided to the contractor by 15 LRS/LGRVM. LGRVM personnel will be responsible for all vehicle markings. 1.1.9. Completed work must pass 15 LRS/LGRVM?s final quality assurance inspection before the vehicle is accepted by 15 LRS/LGRVM. 1.1.10. All work will take place on the contractor?s premises and will be inspected on site. 1.1.11. All work must be completed within 90 calendar days after contract award date. 1.2. MATERIAL DISPOSAL. The contractor shall dispose of removed/used vehicle parts/materials in accordance with applicable federal, state, and local pollution laws and regulations. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 15 LRS/LGRVM will be responsible for pick up and delivery of the vehicle. 15 LRS/LGRVM will provide contractor Air Force T.O. 36-1-191 references specifically pertaining to the corrosion control repairs and painting requirements for the vehicle. 3. GENERAL INFORMATION. 3.1. QUALITY ASSURANCE. The government will periodically evaluate the contractor?s performance to ensure ongoing repairs meet with the government?s satisfaction. Once repairs are accomplished on each vehicle, a final quality assurance inspection of the completed work will be performed by LGRVM to ensure the painted vehicles meet AF standards. In the event the completed work does not meet government standards, the contractor will be responsible for correcting noted discrepancies at no additional cost to the government and with no delays in completing the work within the established time frame stated in paragraph 1.1.11. EMAIL ME FOR A COMPLETE RFQ PACKAGE amphone.phommachanh@hickam.af.mil
 
Place of Performance
Address: OAHU, HI,
Zip Code: 96853
Country: UNITED STATES
 
Record
SN01390789-W 20070901/070830221933 (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.