Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOLICITATION NOTICE

J -- BLANKET PURCHASE AGREEMENT (BPA) FOR RECURRING AUTO REPAIR AND MAINTENANCE SERVICE - ATTACHMENTS

Notice Date
7/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-09-Q-B019
 
Archive Date
9/8/2009
 
Point of Contact
David D. Tidwell Sr., Phone: 702-652-2295
 
E-Mail Address
david.tidwell@nellis.af.mil
(david.tidwell@nellis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT 3 (REPS AND CERTS) ATTACHMENT 2 (WAGE DETERMINATION) ATTACHMENT 1 (TERMS AND cONDITIONS) 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 FA4861-09-Q-B019 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 % Small Business Set-Aside. The Standard Industry Classification (SIC) for this solicitation is 7538 and the North American Industry Classification Systems (NAICS) is 811111. Based on the size standard for small business of $7.0M. Award will be made on or about 1 September 2009 for a five (5) year period through 31 August 2015. The Government intends to award at least one Pre-Priced five (5) year Blanket Purchase Agreement (BPA) for non-personal services described below and may award multiple BPAs with more than one supplier of the same type to provide maximum practicable competition. The item description of services to be provided are as follows: CLIN 0001 - The contractor shall furnish all personnel, equipment, services, materials, and labor to perform recurring Auto Repair Service/Maintenance on some 300 assorted sized government vehicles (see attachment 1 for Terms and Conditions for contract specifics). Work is to be performed on Nellis Air Force Base, Nevada 89191. Offerors must include with their quotations: 1) A price list on company stationary or letterhead signed as an original copy as outlined below. The price list at a minimum, will include the flat rate prices for providing the following services as well as the labor rate per hour for all other repairs or work performed: PRICE LIST Description of Services/Repairs To Be Performed. 1. LOF, Operational, and Technical Safety Inspection of standard regular sized vehicles. Service includes full Service of vehicle; Change all filters and fill fluids to proper level; Inspect Vehicle; and Write up any additional repairs that are needed for the vehicle. Price does not include parts and supplies. Price: tiny_mce_marker _______ 2. LOF, Operational, and Technical Safety Inspection of all other oversized vehicles. Service includes full Service of vehicle; Change all filters and fill fluids to proper level as needed; Inspect Vehicle; and Write up any additional repairs that are needed for the vehicle. Price does not include cost of parts and supplies. Price: tiny_mce_marker _______ 3. Hydraulic Hose Fabrication (includes removal and installation of hose on machine). Price does not include cost of parts and supplies. Price: tiny_mce_marker _________ 4. Troubleshoot and diagnose fault in hydraulic system or valves with written report of findings and cost to repair. Price does not include cost of actual repair or cost of parts and supplies, if required. Price: tiny_mce_marker ________ 5. Hydraulic cylinder rebuilds and/or repacking. Price does not include cost of parts and supplies. Price: tiny_mce_marker ________ 6. Complete flush of hydraulic system including replacing filters and flushing from tank to valves and cylinders. Price does not include cost of parts and supplies. Price: tiny_mce_marker ________ 7. Replace Clutch in Tractors and/or similar oversized vehicles. Price does not include cost of parts and supplies. Price: tiny_mce_marker __________ 8. Adjust brakes in Tractors and/or similar oversized vehicles. Price does not include cost of parts and supplies. Price: tiny_mce_marker _________ 9. Complete brake job. Replace brakes in Tractors and/or similar oversized vehicles. Price does not include cost of parts and supplies. Price: tiny_mce_marker _________ 10. Replace front or rear main seals for engine in Tractors and/or similar oversized vehicles. Price does not include cost of parts and supplies. Price: tiny_mce_marker _________ 11. Reseal leaking hubs in Tractors and/or similar oversized vehicles. Price does not include cost of parts and supplies. Price: tiny_mce_marker _________ 12. Reseal differentials in Tractors and/or similar oversized vehicles. Price does not include cost of parts and supplies. Price: tiny_mce_marker _________ 13. Perform computer and electrical diagnostic and troubleshooting in Tractors and/or similar oversized vehicles. Price does not include cost of parts and supplies. Price: tiny_mce_marker __________ 14. Hourly labor rate for all other repairs or work not listed above. Rate does not include the cost of any parts or supplies. Rate: tiny_mce_marker _________ 2) Quoted prices must be effective at least though 31 October 2009. 3) Under the provisions of Federal Acquisition Regulation (FAR), Part 22.1006, this Blanket Purchase Ageement once awarded, will be subject to the Service Contract Act of 1965. Therefore, Wage Determination (WD) 2005-2331 (Revision # 8), dated 15 July 2009 applies to any and all personnel the contractor may use in performing the services contained in this agreement. And as such, the contractor must pay their employees the prevailing rate of pay contained in the Wage Determination. A copy of the applicable Wage Determination is attached hereto this Solicitation as Attachment #2. Therefore, vendors should take this Wage Determination requirement into consideration when preparing their price list. 4) A site visit is scheduled for vendors to view the equipment and work site where equipment is located and work will be performed under this agreement. The date and time will be Friday, 14 August 2009 at 1000 hours. Vendors interested in attending this site visit, must call or e-mail the point of contact below, no later than close of business 11 August 2009, to be added to the list. 5) A completed copy of provisions 52.212-3, Offeror Representations and Certifications - Commercial Items (ATTACHMENT 3). This attachment need not be submitted with your price quote if your firm is registered on the Online Representations and Certifications Application (ORCA) web site (https://orca.bpn.gov/). If so, you must provide your Dun and Bradstreet Number and your Federal Tax ID Number. 6) Offerors who fail to complete and submit the requirements above may be considered non-responsive. 7) Contract award will be made to the responsive offeror whose offer will result in the lowest price technically acceptable to the government. This is an "all or none" requirement. 8) The following clauses and/or provisions apply to this solicitation: a) A firm fixed price Blanket Purchase Agreement utilizing the Government Purchase Credit Card is planned. b) The government reserves the right to make multiple awards. c) A combined synopsis/solicitation (along with the attachments) will be posted on the Federal Business Opportunities System (FedBizOpps) site,. Amendments will be posted on the affected solicitation page FedBizOps 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,. d) 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; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 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. 9) 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.ccr.gov/ 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. 10) Quotations and amendments (if any) must be signed, dated and submitted in writing or e-mail or by fax by 4:00 PM on 24 August 2009 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191, Attention Mr. David Tidwell, Contract Administrator, at (702) 652-2295, FAX NO. (702) 652-9570, E-mail david.tidwell@nellis.af.mil for information regarding this solicitation. 8) Nevada State Law and Regulation Compliance Suppliers are responsiblie for insuring they are up to date and in compliance with any and all Nevada State Statutes, laws, regulations, licensing and certification requirements as may be required and applicable with respect to agreement to perform services and provide products under any subsequent contract that may be awarded to any supplier as a result of this solicitation. Failure to do so could result in any such contract award being terminated for cause. 9) Point of Contact Mr. David Tidwell, Contract Specialist, Phone 702-652-2295, FAX 702-652-9570, E-mail david.tidwell@nellis.af.mil 10) Place of Contract Performance AREA II, NELLIS AFB, NEVADA 89191 AREA II, NELLIS AFB, NEVADA 89191 8) Nevada State Law and Regulation Compliance Suppliers are responsiblie for insuring they are up to date and in compliance with any and all Nevada State Statutes, laws, regulations, licensing and certification requirements as may be required and applicable with respect to agreement to perform services and provide products under any subsequent contract that may be awarded to any supplier as a result of this solicitation. Failure to do so could result in any such contract award being terminated for cause. 9) Point of Contact Mr. David Tidwell, Contract Specialist, Phone 702-652-2295, FAX 702-652-9570, E-mail david.tidwell@nellis.af.mil 10) Place of Contract Performance AREA II, NELLIS AFB, NEVADA 89191 AREA II, NELLIS AFB, NEVADA 89191
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-09-Q-B019/listing.html)
 
Place of Performance
Address: AREA II, NELLIS AIR FORCE BASE, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01895029-W 20090802/090731235916-2fd9fc8ae73df6fc328ddd122405630b (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.