Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
MODIFICATION

J -- Paint/Repair Dump Trucks

Notice Date
8/3/2011
 
Notice Type
Modification/Amendment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
VaANG Base Contracting Officer, Richmond IAP, 61 Falcon Road, Sandston, VA 23150-2523
 
ZIP Code
23150-2523
 
Solicitation Number
W912LQ-11-Q-0004
 
Response Due
8/18/2011
 
Archive Date
10/17/2011
 
Point of Contact
Amy Daniels, 757-225-1794
 
E-Mail Address
VaANG Base Contracting Officer
(amy.daniels@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is reserved for small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. Award will not be made to a large business unless a significant price disparity deems it suitable. The North American Industry Classification system code (NAICS) 238320 size standard of $14M. Contract line item numbers and quantities: 0001: Paint/Repair Dump Trucks IAW para 1.1 and 1.2 Quantity: 1 Unit of Issue: LS 1.1 The Contractor shall provide non personal services to include all parts, labor, materials, and equipment to paint and repair two 14 yard dump trucks to include the bumper, hood, cab, and bed of each truck, located at Camp Pendleton, Virginia Beach, VA. The contractor will be responsible for picking up the trucks at Camp Pendleton, and returning them to Camp Pendleton when the work has been completed. The trucks to be repaired are listed below: A. Truck, Dump 14 Yard, registration number 02D0002 Contractor will remove all surface rust and paint by means of media blasting. Vehicle cab and doors will be stripped to bare metal or gel coat. Treat with industry standard preventative. Prime all treated areas. Entire vehicle shall be painted with two coats of Polyurethane coating, strata blue no. 15045 or equivalent. Bumper color will be gray no. 16081 or equivalent. Replace all safety and operating decals on exterior. Remove existing tarp system and replace with powered system B. Truck, Dump 14 Yard, registration number 02D0003 Contractor will remove all surface rust and paint by means of media blasting. Vehicle cab and doors will be stripped to bare metal or gel coat. Treat with industry standard preventative. Prime all treated areas. Entire vehicle shall be painted with two coats of Polyurethane coating, strata blue no. 15045 or equivalent. Bumper color will be gray no. 16081 or equivalent. Replace all safety and operating decals on exterior. Remove existing tarp system and replace with powered system 1.2 DATA. The contractor will submit paint samples to the contracting officer for approval before painting begins A Site Visit will be held at 203 Red Horse Drive, Virginia Beach, VA (Camp Pendleton), on 10 Aug 11 at 0900. The following provisions and clauses are applicable to this solicitation: 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Aug 2009) Alternate I 52.212-4 Contract Terms and Conditions--Commercial Items 52.225-13 Restrictions on Certain Foreign Purchases 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.211-7003Item Identification and Valuation 252.232-7010 Levies on Contract Payments The following clauses are provided in full text: 52.212-2, Evaluation- Commercial Items (a) The Government will award a firm-fixed priced contract. Unless a significant price disparity exists which deems a large business suitable for award, award will be made to the responsible, lowest priced technically acceptable small business offeror. Award will not be made to a large business unless a significant price disparity deems it to be in the best interest of the Government. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerors' initial proposal should contain the best terms from a price and technical standpoint. To be technically acceptable offeror must submit quote which meets all of the critera specified in CLIN 0001. 52.212-4 is amended as follows: Paragraph (g) (1): Change requirement for three copies of invoices to 1 copy of invoices. Add after paragraph (g) (2) the following: Invoices are to be submitted electronically via Wide Area Work Flow. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). The following FAR clauses cited within this clause are applicable to the acquisition: 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 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, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332), Service Contract Act, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment. 52.233-2, Service of Protest (192 MSG/MSC, Attn: MSgt Amy Daniels, 45 Nealy Ave Suite 211, Langley AFB, VA 23665). 52.252-2 Clauses Incorporated by Reference and 52.252-6 Authorized Deviation in Clauses. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION). The following clauses and provisions within this clause are applicable: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023, Transportation of Supplies by Sea. Contractors are required to include a complete copy of the provision 52.212-3 Alt I Offeror Representations and Certifications Commercial Items with their proposal unless offeror has a current ORCA registration online at https://orca.bpn.gov/login.aspx All information relating to this solicitation will be posted on the Federal Business Opportunities website. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing via e-mail (it is the responsibility of the vendor to verify email receipt). NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. All answers will be posted to the Federal Business Opportunites website. Offerors are requested to submit questions to the email address noted above not later than 11:59 P.M. EST on 16 Aug 11. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. Proposals must be submitted in writing via email by 11:59 p.m. EST on 18 Aug 11 to email amy.daniels@langley.af.mil. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). It is the responsibility of the offeror to verify receipt of all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44-1/W912LQ-11-Q-0004/listing.html)
 
Place of Performance
Address: VaANG Base Contracting Officer 203 Red Horse Drive Virginia Beach VA
Zip Code: 23451
 
Record
SN02520336-W 20110805/110803235544-44f76a5dd55e0f7a78ed29a52b05450f (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.