Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
DOCUMENT

J -- Refurbishment of Two 16 Passenger Buses - Pictures 3 - Pictures 4 - Pictures - Pictures 5 - Pictures 2

Notice Date
2/18/2009
 
Notice Type
Pictures 2
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D1099037A001
 
Archive Date
3/10/2009
 
Point of Contact
Adriana E Carmona, Phone: 301-981-3395
 
E-Mail Address
Adriana.Carmona@andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Refurbishment of Two 16 Passenger Buses Body of Synopsis/Solicitation to be entered. 1. Refurbishment of two 16 passenger buses for Andrews Air Force Base. Request for Quotation (RFQ) F1D1099037A001 due 23 February 2009, 3:00 pm Eastern Standard Time (EST). Point of Contact: A1C Adriana Carmona, 301-981-3395, Contract Specialist; Capt Shayla Canty, shayla.canty@afncr.af.mil, Contracting Officer. 2. 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. 3. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 4. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 and Defense Acquisition Circular 20090115. 5. The North American Industry Classification System (NAICS) code is 811111 and the business size standard is $7.0 million. 6. FAR 52.216-1 applies. The Government contemplates issuance of a firm fixed price service contract from this RFQ. 7. Contract Line Items: Provide the following parts and services to two 16 passenger buses: 0001: Quantity/Units – 2 EA, Item description: 5 gallons of contact flooring cement 0002: Quantity/Units – 2 EA, Item description: Remove and Replace Headboard above driver and passenger seats 0003: Quantity/Units – 2 EA, Item description: Edging for steps, color - white - 3"x42" 0004: Quantity/Units – 2 EA, Item description: Switch plate for interior, color - grey - 13"x1" 0005: Quantity/Units – 2 EA, Item description: Remove all seats and framing and steps and replace all flooring 0006: Quantity/Units – 2 EA, Item description: Ribbed flooring for center, color grey - 24"x38" 0007: Quantity/Units – 2 EA, Item description: Step tread, color grey - 86"x42" 0008: Quantity/Units – 2 EA, Item description: Smooth flooring for each side of ribbed flooring, color to match ribbed flooring - three pieces 48"x27" / 23"x27" / 92"x27" 0009: Quantity/Units – 2 EA, Item description: Vinyl padding for panel behind luggage rack will require building as there isn't one to replace, color grey to match existing vinyl (see picture) 73"x63" 0010: Quantity/Units – 2 EA, Item description: Reupholster luggage racks, color grey to match existing upholster and cover all of passenger compartment. 0011: Quantity/Units – 2 EA, Item description: Adhesive for headboard/headliner 0012: Quantity/Units – 2 EA, Item description: Remove and replace driver side armrest 0013: Quantity/Units – 2 EA, Item description: Upholster driver side armrest to match existing upholstery 0014: Quantity/Units – 2 EA, Item description: Rear body panel, paint (decal) 0015: Quantity/Units – 2 EA, Item description: Side body panel, paint 0016: Quantity/Units – 2 EA, Item description: Remove and replace rear interior body panel to reupholster 0017: Quantity/Units – 2 EA, Item description: Remove and replace headliner in passenger compartment *NOTE: All measurements are close approximates* 8. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. 9. Period of Performance: Refurbishment may not exceed one week per bus to limit time out of service. Upon issuance of purchase order, one bus will be delivered; upon completion of refurbishment of the first bus, the second bus will be delivered. 10. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items applies. Addendum to Paragraph (b)(10) – Delete entire paragraph. Substitute “Past Performance will not be evaluated.” Paragraph (d), Product Sample –delete entire paragraph. Paragraph (e), Multiple offers – delete entire paragraph. Substitute “Quoters shall submit one quote satisfying the requirements of this RFQ. Paragraph (h), Multiple Offers – delete entire paragraph. Substitute “Single Award. The Government plans to issue to a single purchase order resulting from this RFQ.” (B) The provision at FAR 52.212-2, Evaluation – Commercial Item applies. Addendum paragraph (a), The Government intends to make a single purchase order to the responsible contractor whose quote who can fulfill the entire required delivery requirement, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price and is able to complete refurbishment within seven calendar days. Each quoter must confirm they are able to complete within seven calendar days. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: 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 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR52.222-50, Combating Trafficking in Persons; FAR 52.225-13; Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910. (E) The clause at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 11. Offerors are required to complete and include a copy of the following provisions with their proposals or have available online at https://orca.bpn.gov : FAR 52.212-3, Offeror Representations and Certifications – Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications – Commercials Items; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. 12. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Government’s ultimate approach not does it obligate the Government to pay for quotation preparation cost. 13. The deadline for questions is 20 February 2009 at 8:00 AM Eastern Standard Time (EST). Address questions to A1C Adriana Carmona, Contract Specialist, email adriana.carmona@afncr.af.mil or Capt Shayla Canty, Contracting Officer at email shayla.canty@afncr.af.mil. 14. Quotes must be received no later than 23 February 2008, 3:00 pm Eastern Standard Time (EST). Facsimile proposals will be accepted at 301-981-1910.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=89f91afa8a803922a2b7c9ef2690af45&tab=core&_cview=1)
 
Document(s)
Pictures 2
 
File Name: Third set of pictures for solicitation F1D1099037A001. (Pictures 3.doc)
Link: https://www.fbo.gov//utils/view?id=8ca3a6ac501cd0a5090076e9a04471e3
Bytes: 856.00 Kb
 
File Name: Fourth set of pictures for solicitation F1D1099037A001. (Pictures 4.doc)
Link: https://www.fbo.gov//utils/view?id=b78332d6d92c646f7af4ad6fb096bb2d
Bytes: 948.50 Kb
 
File Name: First set of pictures for solicitation F1D1099037A001. (Pictures.doc)
Link: https://www.fbo.gov//utils/view?id=d91d9dd64459d445515cfca1c5faa8bb
Bytes: 1,158.00 Kb
 
File Name: Fifth set of pictures for solicitation F1D1099037A001. (Pictures 5.doc)
Link: https://www.fbo.gov//utils/view?id=4904cfc9dcf6a57ff7dddf1cc2214b26
Bytes: 992.50 Kb
 
File Name: Second set of pictures for solicitation F1D1099037A001. (Pictures 2.doc)
Link: https://www.fbo.gov//utils/view?id=9ecf7e60780cab85bebea0dae77c7bb2
Bytes: 1,377.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1245 Arnold Drive, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01752205-W 20090220/090218215559-79a9b4fcd8084775c26d7baeeb4674b3 (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.