Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2010 FBO #3226
MODIFICATION

26 -- Purchase of Tires and Associated Labor

Notice Date
9/22/2010
 
Notice Type
Modification/Amendment
 
NAICS
441320 — Tire Dealers
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-10-Q-0073
 
Archive Date
10/9/2010
 
Point of Contact
Sandra K. Bucher, Phone: (540) 542-2303
 
E-Mail Address
sandra.bucher@dhs.gov
(sandra.bucher@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This second amendment to HSFEMW-10-Q-0073 changes the mandatory requirement for spin-balancing of the steering tires at the Gov't facility. Spin-balancing off site is permitted and the price for such shall be included in the pricing proposal. In addition, offerors may propose an "or equal" for the 2 each 8.25-15TR Sumitomo ST727 tire listed below. If offering an "or equal" for this tire, please provide the manufacturer name, model, part number for the tire you are proposing. Response date is extended to 9/24/2010 at 3:00 PM/EST. This amendment to HSFEMW-10-Q-0073 adds part numbers to the Good Year tires listed below and to change one of the tires to be provided, as shown below: The tires to be provided are all Good-Year brand tires, except the first tire group listed, as follows: 2 each 8.25-15TR (change this tire to a Sumitomo ST727, P/N 5530504); 62 each 10.00R/20 (add P/N G287 MSA); 66 each 11.00R/22.5 (add P/N G287 MSA); 20 each 11:00R/20 (add P/N G287 MSA); 16 each 12.00R/22.5 (add P/N G287 MSA); and 4 each 385/65R/22.5 (add P/N G296 MSA). Load Range for all tires is G. This amendment also changes the following sentence: For warranty and service purposes, the successful contractor must be not more than 25 miles from the Government facility or be able to respond to an emergency call for assistance within a 2 hour period. Spin-balancing of the steering tires at the Gov't facility remains a mandatory requirement. Response date is extended to 9/22/2010 at 2:00 PM/EST. This is a combined synopsis/solicitation for commercial items 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; offers are being requested and a written solicitation will not be issued. HSFEMW-10-Q-0073, issued as a Request for Quotation (RFQ), is for the purchase of tires, tubes, stems, and labor associated with the install and balancing of tires. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-44. This procurement is being solicited on an un-restricted basis. The NAICS and small business size standard for this project are: 441320/500. Only one award will result from this solicitation, via the issuance of firm-fixed-price simplified acquisition order. Delivery, installation, and balancing of tires will be made to: DHS/FEMA, Denton MERS Facility, 800 North Loop 288, Denton, TX 76209, which is also the place of inspection & acceptance. Delivery of tires and labor to be completed within 60 days after receipt of award. SPECIFIC TASKS: Successful contractor shall provide all tires, tubes, stems, labor, and any other accessories to replace all tires listed below. New tires to be mounted will have a manufactured date of less than one (1) year old at time of installation. Tires with a manufactured date exceeding one (1) year old will not be accepted. Contractor shall also spin-balance 32 tires on the steering axles. All work will be performed at the Government facility mentioned above. All contractor personnel requiring access to the Government facility must have a current valid ID indicating US citizenship and for contractor personnel actually driving onto the facility a valid driver's license is required. BASIS FOR AWARD: The Gov't will make award to the responsible/responsive offeror whose offer will be most advantageous to the Gov't based on lowest price/technically acceptable factors. Offerors shall provide a detailed price quote to include the cost of the tires, all associated labor costs and other associated costs (e.g., excise tax for the tires, tire disposal costs, etc.). The price quote shall be broken down in order for the Government to perform a complete evaluation of the proposed price quote. In order for an offeror to be considered technically acceptable, the following mandatory requirements must be met: (a) Offeror must provide the Good-Year/Sumitomo brand tires identified above, (b) offeror must be able to perform all the labor associated with the installation and balancing of the tires (i.e., all tire work) on the Government facility, (c) offeror must be located within a 25 mile radius of the Government facility or be able to respond to an emergency call w/n two hours from receipt of call, (d) offeror must be capable of completing the work within 60 calendar days after receipt of the Government award document. Offeror's must be registered in the Central Contractor Registration (CCR) database (via the Internet at http://www.ccr.gov ) as well as having completed the electronic annual representations and certifications at http://orca.bpn.gov. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The following FAR clauses also apply: 52.204-10 "Reporting Executive Compensation and First-Tier Subcontract Awards," 52.212-4 "Contract Terms and Conditions--Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6 "Restrictions on Subcontractor Sales to the Government," 52.219-8 "Utilization of Small Business Concerns," 52.222-3 "Convict Labor," 52.222-19 "Child Labor--Cooperation with Authorities and Remedies," 52.222-21 "Prohibition of Segregated Facilities," 52.222-26 "Equal Opportunity," 52.222-35 "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 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," 52.225-1 "Buy American Act--Supplies," 52.225-13 "Restrictions on Certain Foreign Purchases," and 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database and who has completed the online annual representations and certifications as identified above. BRAND NAME JUSTIFICATION: Good-Year tires are required to match up to existing tires currently used on the Agency's fleet of trucks. The Agency's goal has been to acquire Good-Year tires because of the network availability from their nationwide truck tire dealerships. This is a critical factor when the Agency deploys across the U.S. due to the ability to maintain the same quality tires that provide excellent service in disaster austere road environments. This particular brand-name product is essential to the Government's requirements based on the following salient characteristics: Excellent durability in austere environments, Long lasting tire tread, Tire Reliability, Excellent performance in all weather conditions, and Nationwide availability. Due date for receipt of responses to this RFQ will be 2:00 PM/EST, 09/22/2010 to Ms. Sandra Bucher at email address: Sandra.bucher@dhs.gov or fax number at 540-542-2632 or 2631. Ms. Bucher's telephone number is: 540-542-2303. Electronic responses are preferred and strongly encouraged. Questions concerning this RFQ will NOT be entertained after 2:00 PM/EST on 9/15/2010 and must be emailed or faxed to Ms. Bucher at the email address and fax numbers provided above. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-10-Q-0073/listing.html)
 
Place of Performance
Address: Denton, Texas, 76209, United States
Zip Code: 76209
 
Record
SN02292622-W 20100924/100922235507-d57f12692537ed23dc5565e0ecf386b9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.