Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

99 -- P-26 Tanker Truck Repair

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3B3E20175A004
 
Archive Date
10/7/2010
 
Point of Contact
David Arnett, Phone: 011441638522232
 
E-Mail Address
david.arnett@lakenheath.af.mil
(david.arnett@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation RFQ -P-26 Tanker Truck Repair - Reference (F3B3E20175A004) Requesting Agency: 100th Civil Engineering Squadron - 100 CES/CEF RAF Mildenhall, Mildenhall, Suffolk, IP28 8NG, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom This is a combined synopsis/solicitation for a commercial item prepared 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; quotes are being requested and a written solicitation will not be issued This solicitation is issued as a request for quotation IAW FAR Part 12 and 13.5 Test Program for Certain Commercial Items. Submit written quotes in reference to Request for Quote (RFQ) reference number F3B3E20175A004. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS codes for this requirement is 423850 Firefighting equipment and supplies merchant wholesalers. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34, effective 01 July 2009. IAW FAR 52.216-1 the Government contemplates award of a Time and Materials contract resulting from this solicitation. BID SCHEDULE: Potential Offerors are to provide a quote for the following supplies/services IAW the Statement of Work: o Quote shall include a unit and total price for the following bid schedule: ITEM 0001 -Total vehicle damage and repair assessment IAW the SOW (Firm Fixed Price) Quantity - 1 Lump Sum - Total Price: ______ ITEM 0002 - Labor Hours IAW the SOW (Time) Quantity - NOT TO EXCEED _______Hours Single Hour Price:_______ Total Price:_______(hourly rate multiplied by NTE number of hrs.) (Instruction to Offeror: Please quote a NOT TO EXCEED amount of hours. This will be used as a maximum level of labor to be funded on the contract) ITEM 0003 - Parts IAW the SOW (Materials) Quantity - 1 Lump Sum - Total Price: _______ NOT TO EXCEED (Instruction to Offeror: Please quote a NOT TO EXCEED cost of parts. This will serve as the maximum amount funded on the contract) o Prices shall be all inclusive NOT TO INCLUDE SHIPPING o The Government will be responsible for delivery and pickup from the contractor's facility o Prices shall be quoted in USD ($) and quotes shall be valid for a minimum of 30 days ADDEDNDUM TO 52.212-1 INSTRUCTIONS TO VENDOR: All quotes must include the following information: 1. Company's complete mailing and remittance address 2. Price - Insert unit pricing into each CLIN of this solicitation and based upon respective quantities, compute a total price. 3. Technical Capability and Qualification - Company must prove status of either a manufacturer or licensed distributor of all parts needing replacement or repair. The company must be Master Emergency Vehicle Technician (EVT) certified. 4. Past Performance - Contractor shall provide at least one (1) recent and relevant work related reference from a past job similar in scope to this solicitation. Current email addresses and/or telephone numbers shall be provided for references. 5. Discounts for prompt payment- if any 6. CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (if previously obtained) 7. Quotes must be valid for a period of no less than 30 days. 8. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 and its Alt 1, for additional directions. QUOTES ARE DUE to this office no later than 3:00p.m. Greenwich Mean Time, 22 September 2010. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189, or sent via e-mail to david.arnett@lakenheath.af.mil. EVALUATION OF QUOTES: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Technical capability and/or qualification(s) in meeting the Government's requirement; 2. Past Performance; 3. Price (a) Basis of Award: This is a competitive solicitation for quotations utilizing Best Value procedures in accordance with FAR Parts 12 and 13. The Government will award a contract to the responsible vendor whose quotation (conforming to the solicitation) will be most advantageous (e.g Best Value) to the Government. Therefore, quotations should contain the vendor's best terms from a price, past performance and technical qualification standpoint. Technical capability will be evaluated on a basis of acceptable or unacceptable (i.e. pass or fail). The Government reserves the right to conduct trade-offs between price and past performance to determine the quotation that represents overall best value, and is most advantageous to the Government. This best value approach may allow contract award to a higher priced vendor, if a more favorable past performance is determined to merit additional price. Primary point of contact: 2d Lt David Arnett, Contract Specialist, TEL: 01638 52 2232 or email: david.arnett@lakenheath.af.mil. Secondary point of contact: SMSgt Jack Rodman, Contract Specialist, TEL: 01638 52 1338 or email jack.rodman@lakenheath.af.mil The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil The following clauses and provisions apply to this solicitation: Federal Acquisition Regulation (FAR): 52.202-1 Definitions 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52-204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items (see addendum above) 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items, Use Alt 1 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-50 Combating Trafficking in Persons 52.233-2 Service of Protest 52.223-10 Waste Reduction Program 52.232-18 Availability of Funds 52.232-1 Payments 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.244-2 Subcontracts 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.253-1 Computer Generated Forms Department of Defense Federal Acquisition Regulation (DFAR): 252.204-7004 Alternate A (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 52.203-3 Gratuities 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.225-7042 Authorization to Perform 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests Air Force Federal Acquisition Regulation (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 52.216-1 -- Type of Contract. Type of Contract (Apr 1984) The Government contemplates award of a Time and Materials contract resulting from this solicitation. (End of Provision) 52.216-31 - Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition. Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (Feb 2007) (a) The Government contemplates award of a Time-and-Materials or Labor-Hour type of contract resulting from this solicitation. (b) The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by- (1) The offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates or the offeror under a common control. 52.246-6 -- Inspection -- Time-and-Material and Labor-Hour. Inspection -- Time-and-Material and Labor-Hour (May 2001) (a) Definitions. As used in this clause-- "Contractor's managerial personnel" means any of the Contractor's directors, officers, managers, superintendents, or equivalent representatives who have supervision or direction of -- (1) All or substantially all of the Contractor's business; (2) All or substantially all of the Contractor's operation at any one plant or separate location where the contract is being performed; or (3) A separate and complete major industrial operation connected with the performance of this contract. "Materials" includes data when the contract does not include the Warranty of Data clause. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the material, fabricating methods, work, and services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all materials furnished and services performed under this contract, to the extent practicable at all places and times, including the period of performance, and in any event before acceptance. The Government may also inspect the plant or plants of the Contractor or any subcontractor engaged in contract performance. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If the Government performs inspection or test on the premises of the Contractor or a subcontractor, the Contractor shall furnish and shall require subcontractors to furnish all reasonable facilities and assistance for the safe and convenient performance of these duties. Alternate I (Apr 1984). If Government inspection and acceptance are to be performed at the contractor's plant, paragraph (e) below may be substituted for paragraph (e) of the basic clause: (e) The Government shall inspect for acceptance all items (other than aircraft to be flown away, if any) to be furnished under this contract at the Contractor's plant or plants specified in the contract, or at any other plant or plants approved for such purpose in writing by the Contracting Officer. The Contractor shall inform the contract administration office or Contracting Officer when the work is ready for inspection. The Government reserves the right to charge to the Contractor any additional cost of Government inspection and test when items are not ready at the time for which inspection and test is requested by the Contractor. (f) At any time during contract performance, but not later than 6 months (or such other time as may be specified in the contract) after acceptance of the services or materials last delivered under this contract, the Government may require the Contractor to replace or correct services or materials that at time of delivery failed to meet contract requirements. Except as otherwise specified in paragraph (h) of this clause, the cost of replacement or correction shall be determined under the Payments Under Time-and-Materials and Labor-Hour Contracts clause, but the "hourly rate" for labor hours incurred in the replacement or correction shall be reduced to exclude that portion of the rate attributable to profit. The Contractor shall not tender for acceptance materials and services required to be replaced or corrected without disclosing the former requirement for replacement or correction, and, when required, shall disclose the corrective action taken. (g) (1) If the Contractor fails to proceed with reasonable promptness to perform required replacement or correction, and if the replacement or correction can be performed within the ceiling price (or the ceiling price as increased by the Government), the Government may -- (i) By contract or otherwise, perform the replacement or correction, charge to the Contractor any increased cost, or deduct such increased cost from any amounts paid or due under this contract; or (ii) Terminate this contract for default. (2) Failure to agree to the amount of increased cost to be charged to the Contractor shall be a dispute. (h) Notwithstanding paragraphs (f) and (g) above, the Government may at any time require the Contractor to remedy by correction or replacement, without cost to the Government, any failure by the Contractor to comply with the requirements of this contract, if the failure is due to -- (1) Fraud, lack of good faith, or willful misconduct on the part of the Contractor's managerial personnel; or (2) The conduct of one or more of the Contractor's employees selected or retained by the Contractor after any of the Contractor's managerial personnel has reasonable grounds to believe that the employee is habitually careless or unqualified. (i) This clause applies in the same manner and to the same extent to corrected or replacement materials or services as to materials and services originally delivered under this contract. (j) The Contractor has no obligation or liability under this contract to correct or replace materials and services that at time of delivery do not meet contract requirements, except as provided in this clause or as may be otherwise specified in the contract. (k) Unless otherwise specified in the contract, the Contractor's obligation to correct or replace Government-furnished property shall be governed by the clause pertaining to Government property. (End of Clause) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer.   STATEMENT OF WORK for 100 CES, RAF Mildenhall 2007 P-26 Tanker Truck Repair 1.0 BACKGROUND The 100th Civil Engineering Squadron has rolled a 2007 Pierce 4000 Dry Side Tanker truck which has caused significant damage and made the tanker inoperable. 100 CES requires a single vendor capable of making an initial damage assessment and all repairs required to make the tanker fully functional. 1.1 SCOPE OF WORK This Statement of Work (SOW) establishes and defines the requirements for repair of the 100 CES tanker truck. The Contractor shall furnish all personnel, equipment, tools, materials, supervision, transportation and all other items and services necessary to accomplish the requirements listed in the SOW. 2.0 REQUIREMENTS 2.1 Initial Damage Assessment. Contractor shall conduct an initial damage assessment on the truck. All areas shall be inspected to include body work, chassis, electrical, water tank, pump, and cab functionality. A written report of all damage and necessary repairs shall be provided to the 48th Contracting Squadron BEFORE any repair work is initiated. The report shall include a breakdown of required parts and estimated costs along with an expected number of labor hours. The Government will perform a review of the submitted damage report and either authorize or deny the contractor to proceed with repair work. 2.1.1 Engine. Contractor shall not assess or repair the engine. The engine has already been deemed functional by the Government and no repairs are necessary. 2.2 Repair. The contractor shall repair the truck after approval is granted by the 48th Contracting Squadron. The truck shall be repaired so that it is in accordance with original specifications and National Fire Protection Association standards. 2.3 Parts. The contractor shall acquire and install all new parts necessary for repair. Receipts of all parts purchases much be kept and copies shall be provided to the contract administrator. The contractor will submit an invoice for all parts purchases in accordance with their receipts. Costs for parts shall not exceed the amount specified on the contract. If parts costs go over the "Not to Exceed" amount, it is at the contractor's own risk/expense. 2.4 Labor. The contractor shall provide a fixed hourly labor rate in accordance with their estimated Not to Exceed amount of hours. The contractor shall not exceed the maximum number of labor hours specified on the contract. If this threshold is exceeded, it is at the contractor's own risk and not reimbursable by the Government. 2.5 Authorized Dealer. The contractor must be an authorized dealer of Pierce Tankers, United Plastics Fabricating, and all other parts that need to be replaced. In order for the Government's warranty on the tanker to be valid, all repairs must be completed by authorized dealers. 2.6 Testing. The contractor shall test the tanker upon completion of repair work. The vehicle shall meet all National Fire Protection Association standards. 2.6.1 Acceptance. Acceptance of the repaired truck shall be accomplished by a Government representative appointed by the 48th Contracting Squadron. The Government acceptor will inspect the truck prior to shipment back to RAF Mildenhall. 3.0 GOVERNMENT RESPONSIBILITIES 3.1 Photos. Photos of the damaged truck will be provided by the Government at solicitation. 3.2 Government Surveillance. The Government is required to perform surveillance on the contractor. Government personnel delegated to perform surveillance will ensure contractor is performing IAW with this SOW and not misrepresenting amounts of labor hours or parts used. 3.2 Delivery. The Government will be responsible for pickup and delivery of the truck.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B3E20175A004/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02283564-W 20100917/100916000601-a3e231d1d8a703c0f96e2ad54e797ad3 (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.