SOLICITATION NOTICE
99 -- PAINTING OF TRAINING VEHICLES
- Notice Date
- 5/6/2004
- Notice Type
- Solicitation Notice
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- DHS - Border and Transportation Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO-BLD 93 1131 Chapel Crossing Road, Glynco, GA, 31524
- ZIP Code
- 31524
- Solicitation Number
- Reference-Number-04DSB0002
- Response Due
- 5/10/2004
- Archive Date
- 5/25/2004
- Point of Contact
- LeeAnn Conway, Contract Specialist, Phone 912-267-2615, Fax 912-267-3132,
- E-Mail Address
-
Leeann.Conway@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The Federal Law Enforcement Training Center (FLETC), Glynco, GA, intends to solicit and award a firm-fixed price contract for the preparation and painting vehicles and equipment. 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. This announcement constitutes the only solicitation; a quotation is being requested and a written request for quotation will not be issued. The solicitation number for this announcement is 04DSB0002. This requirement is for the single stage one color base coat – paint must sustain adhesion, luster and color for a minimum of two years while exposed to environmental elements and two stage base color coat and clear coat – paint must sustain adhesion, luster and color for a minimum of three years while exposed to environmental element. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary for Vehicle Preparation 1 )Prepare all body surfaces to be painted by thoroughly sanding prior to painting 2)Prime and sand prior to painting all exposed unpainted body surfaces, 3) Provide all two stage base coat clear coat paint applications will receive a minimum of one overall coat of non-sanding primer prior to painting, auto repairs such as rusted out areas, 4) Provide estimates and receive approval by the FLETC prior to commencing with vehicle painting on damages and body panel replacements, 5) Provide flexible additive to be included in the paint prior to the painting of all non-metallic body surfaces. Post painting requirements 1) Partial and overall vehicle paint applications must be free from Runs, Orange Peel, Foreign Objects such as dirt, water spotting, etc. 2) Residue and over spray to be cleaned from all non-painted surfaces, 3) Vehicle interiors will be cleaned of all dust and debris derived from painting of vehicle, 4) Vendor will be responsible and required to repair damages sustained to the vehicle while in the vendor’s possession. The contractor shall provide a point of contact able to make decisions for the contractor, in writing to the Contracting Officer prior to start of work. The point of contact shall be available between 7:30 AM and 4:30 PM (EST), Monday through Friday. All work shall be performed IAW industry standards. The vehicles and equipment to be painted are as follows: Full size Four Door Sedans, Midsize Four Door Sedans, Fifteen passenger window vans, Minivans, Full size Pickup trucks, Midsize Pickup trucks, SUV type vehicles, Utility Trucks, Fork Lifts, Utility Trailers (open and enclosed). Performance must begin within 30 days after receipt of order (ARO), be completed within 5 months. The FLETC anticipates that approximately 20 Single stage and 10 two stage paint jobs will be required. Vendor facility must be located within 30 miles of the FLETC. A delivery schedule will be established with the end-user after award. This requirement is set-aside 100% for small businesses using the North American Industrial Classification System (NAICS) code of 811121 with a small business size standard of $6M. The following FAR Clauses apply to the Synopsis/Solicitation and any subsequent award: 52.212-1, Instructions to Offerors Commercial; 52.212-2, Evaluation -- Commercial Items (Evaluation will be based on past performance, technical ability and price or price-related factors); 52.212-3, Offeror Representations and Certifications -- Commercial Items (Offerors must submit a completed copy with their offer); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5(DEV), Contract Terms and Conditions required to implement statutes of executive Orders -- Commercial Items; 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration. To view the clauses in full text, visit http://farsite.hill.af.mil. Quotations must be submitted NLT 11:00 a.m. EST on 10 May 2004. The required format for submission of quotations is at the discretion of the offeror however it is recommended that the offerer provide a price for each stage of painting for each type of vehicle. Vendors may contact LeeAnn Conway at leeann.conway@dhs.gov for an electronic form. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov). Lack of registration in the CCR will make an offeror ineligible for award. Send all quotations to LeeAnn Conway, FLETC, 1131 Chapel Crossing Rd, Procurement Bldg 93, Glynco, GA 31524, or by facsimile to 912-267-3132 (Attn: LeeAnn Conway), or by Email to leeann.conway@dhs.gov NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/FLETC/PDDC20229/Reference-Number-04DSB0002/listing.html)
- Place of Performance
- Address: BRUNSWICK GA
- Zip Code: 31524
- Zip Code: 31524
- Record
- SN00581581-F 20040508/040506214239 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |