Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
SOLICITATION NOTICE

J -- Preventive and remedial maintenance service of Sweeper and scrubber equipment

Notice Date
3/10/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024408T0216
 
Response Due
3/19/2008
 
Archive Date
4/18/2008
 
Point of Contact
Rachel McFarland 562-626-7319
 
E-Mail Address
Email your questions to Click here to contact contract specialist
(rachel.mcfarland@navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation number is N00244-08-T-0216. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 and Defense Acquisition Change Notice 20080303. The North American Industry Classification System (NAICS) code is 811310 and the business size standard is $6.5M. This requirement is unrestrictive. The requirement is for preventive and remedial maintenance service of the Order Picker and Sweeper equipment described below. The period of performance shall be from 01 April 2007 or date of award through 30 September 2008 with two (2) one-year renewal options. Contract Line Item Number (CLIN) 0001- Perform maintenance services on a monthly basis on the following Sweeper and scrubber equipment: 0001AA American Lincoln, Model: 7760-505-230, Serial# 752862, 0001AB American Lincoln, Model: 7760-505-230, S/N 752995 0001AC American Lincoln, Model: 7760-505-230, S/N 752996 0001AD American Lincoln, Model: 7760-505-230, S/N 753385 0001AE Tennant 7400, S/N 3800 0001AF Billy Goat, Model VQ802SPH and VQ100SP, 0001AG Billy Goat, Model VQ802SPH, S/N 1 0001AH Billy Goat, Model VQ802SPH, S/N 2 0001AJ Billy Goat, Model VQ802SPH, S/N 3 0001AK Billy Goat, Model VQ802SPH, S/N 4 0001AL Billy Goat, Model VQ1002SP, S/N 5 CLIN 0002 - Perform preventive maintenance on a quarterly basis on the following Sweeper and scrubber equipment: 0002AA American Lincoln, Model: 7760-505-230, Serial# 752862, 0002AB American Lincoln, Model: 7760-505-230, S/N 752995 0002AC American Lincoln, Model: 7760-505-230, S/N 752996 0002AD American Lincoln, Model: 7760-505-230, S/N 753385 0002AE Tennant 7400, S/N 3800 0002AF Billy Goat, Model VQ802SPH and VQ100SP, 0002AG Billy Goat, Model VQ802SPH, S/N 1 0002AH Billy Goat, Model VQ802SPH, S/N 2 0002AJ Billy Goat, Model VQ802SPH, S/N 3 0002AK Billy Goat, Model VQ802SPH, S/N 4 0002AL Billy Goat, Model VQ1002SP, S/N 5 Prices proposed for CLINs 0001 and 0002 shall include all costs and fees. Time and Materials for unscheduled on-call repairs in accordance with the service repair calls, as needed. The Contractor shall respond within 24 to 48 hours of notification. The Contractor will be paid hourly rate. Hourly rate for unscheduled on-call repairs: CLIN 0003 ? Perform unscheduled repairs and services (Per-Call Maintenance) billed at $______ per hour CLIN 0004 ? Government-approved materials/parts used for repairs in connection with CLIN 0003 shall be billed at contractor?s cost. The period of performance for CLINS 0001?0004 will be 01 April 2008 (or date of award) through 30 September 2008. Option Items: Option Period 1 CLIN 1001-Same as Item 0001 CLIN 1002-Same as Item 0002 CLIN 1003-Same as Item 0003 CLIN 1004-Same as Item 0004 Option Period 1 will be from 01 October 2008 through 30 September 2009. Option Period 2 CLIN 2001-Same as Item 0001 CLIN 2002-Same as Item 0002 CLIN 2003-Same as Item 0003 CLIN 2004-Same as Item 0004 Option Period 2 will be from 01 October 2009 through 30 September 2010. Equipment Location: Naval Air Station, Reese bldg, NAS Lemoore, CA 93246. Government Point of Contact: SKC (AW) Sean Moore, 559-998-1598, This requirement is subject to the Service Contract Act of 1965, as amended. Department of Labor Wage Determination Number 05-2071 Rev (4), dated 24 July 2007, applies to this procurement. The wage determination may be viewed at www.wdol.gov/sca.aspx. STATEMENT OF WORK Preventive maintenance shall include checks, adjustments, and lubrication as required for the following: Operation of Sweepers and scrubbers, oil levels, all lubrication points, electrical connections, all motors for brush wear and condition, all contactors and switches, hardware for looseness, hydraulic ramps for damage or leakage, hydraulic fittings and hoses for oil leakage, brakes and linkage adjustment and condition, brake fluid levels, wheel condition and alignment, all chain condition and adjustment, free movement of drive unit assemblies, free movement of steering assemblies, and battery (water level and connectors). Proper operation of Safety Devices, lights, horns, harnesses and fans. Maintenance as specified above will be performed monthly (CLIN 0001) and quarterly (CLIN 0002). All work will be performed during regular working hours of 7:00 AM to 2:00 PM, Tuesday through Thursday. It is understood that the prices specified for each CLIN will completely cover the scheduled maintenance operation listed above. A report will be provided after services have been completed during each visit for each unit. The report will reflect services performed and deficiencies identified. Any additional work not covered above must be first reported as a deficiency. A quote must be furnished. After the quote is furnished it will then be evaluated for acceptance. Only after an approval has been given by the Approving Official can the repairs be accomplished. The service involving repairs must not exceed the quote. A report will be submitted at each of these service repair periods on any part of the unit requiring additional work. The repairs will be billed at the per-call hourly rate specified for CLIN 0003. The following provisions and clauses apply: 52.212-4, Contract Terms and Conditions-Commercial Items, and the following addenda: 52.222-41, Service Contract Act of 1965, As Amended; 52.222-43, 52.222-3 Convict Labor(E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 1246);52.222-36 Affirmative Action for Workers with Disabilities;52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); 52.225-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items ((DEVIATION); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial with the following clauses incorporated in section (a) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7002 Qualifying Country Sources As Subcontractors; Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide). Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: Rachel.mcfarland@navy.mil or by FAX to (562) 626-7877 to the attention of Rachel McFarland. NOTE: Quotations must be received by 19 March 2008 by 4:00 PM local time; late responses shall deem the contractor non-responsive and will not be considered for award. Prospective offerors must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. Anticipated award date is 01 April 2008.
 
Web Link
click here to learn more about FISC San Diego
(http://www.navysup.navy.mil)
 
Record
SN01528560-W 20080312/080310224849 (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.