SOLICITATION NOTICE
J -- Body repair, corrosion control, and paint refinish on automotive vehicles located in San Diego, California
- Notice Date
- 11/8/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024406T0091
- Response Due
- 11/18/2005
- Archive Date
- 12/18/2005
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; quotes are being requested. Solicitation number / RFQ N00244-06-T-0091 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06 (9/30/05) and DFAR Change Notices effective through 10/11/05. The standard industrial code is 7538 (NAICS 811111) and the business size standard is $6 million. The agency need is for a contract for automotive repair services at Naval Station San Diego and Naval Station North Island, San Diego, California. This requirement is for a fixed priced contract for a base year and four one-year options. The statement of work is as follows: Contractor shall provide all coordination, equipment, labor, management, materials and parts, supervision, supplies, tools, facilities, and transportation necessary to accomplish body repair, corrosion control, and paint refinish on automotive vehicles. The Government will provide a statement of work to be performed for each task order, including the pickup and delivery time frames. The Work shall include the following: Body repair ? to include, but not limited to repairs to the interior and / or exterior of the vehicle; and may involve repair or replacement of sheet metal, fiberglass, body trim, bumpers, weather stripping, frames, body appurtenances, wood framing, decking, and incidental repair work associated with glass, wood framing, decking, and incidental repair work associated with glass, window, mirrors, trims, and operating mechanisms and hardware. Paint, refinish, and corrosion control ? to include, but not limited to preparation of the interior and / or exterior and also any hidden surfaces by cleaning, sanding, application of a primer or undercoating, rust proofing, and paint finish coating. Mechanical repairs ? any associated body damage repair and paint finish, to include, but not limited to components on engines, power train, fuel / exhaust systems, ignition systems, instrumentation, steering systems, suspension systems, transmission / drive train systems, wheel and tires, wheel alignment and other mechanical systems. Material and parts ? to include, but not limited to anything associated with body repair, paint refinish and corrosion control. The estimated annual cost for this item is $18,000.00 (reference chart in clause 52.212-2). Pick-up and delivery ? to include vehicles and equipment at the designated locations, either bldg 802 Naval Air Station North Island (NASNI) or bldg 3511 Naval Station (NAVSTA) 32nd Street. Contractors shall meet the start date on the delivery orders 98% of the time, which is to include vehicle / equipment pick-up. Contractors shall meet the completion date 90% of the time, as stated on the delivery orders. The number of days estimated to complete work shall be computed as the total number of estimated hours, multiplied by two, then divided by 8 to equal the number of business days to complete work. Additional time will be included to account for parts required in transit or backorder. Regardless, a $15.00 daily deduction shall be applied to! vehicles / equipment not completed within the delivery dates set fort h in individual delivery orders (reference liquidated damages clause 52.211-11).Contractor shall use the Ultramate Mitchell Estimating Guide or a comparable body repair-estimating guide. Contractor shall have a secured after hours facility compound to avoid pilferage or loss of Government property. Contractor shall use best commercial practices for all services. The following provisions or clauses apply: FAR 52.203-3 Gratuities, FAR 52.203-6, Alt 1, Restrictions on subcontractor sales to the Government, FAR 52.203-11 Certification and disclosure regarding payments to influence certain federal transactions, FAR 52.204-4 Print or copied double-sided on recycled paper, FAR 52.209-6 Protecting the Government?s interest when subcontracting with contractors debarred, suspended, or proposed for debarment, 52.212-1 Instructions to Offerors--Commercial Items, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.214-34 Submission Of Offers In The English Language, 52.214-35 Submission Of Offers In U.S. Currency, 52.217-5 Evaluation Of Options, 52.219-6 Notice Of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations On Subcontracting, 52.222-3 Convict Labor, 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, 52.222-41 Service Contract Act Of 1965, As Amended, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.225-2 Buy American Act Certificate, 52.225-4 Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, 52.225-4 Alt I Buy American Act-- Free Trade Agreement--Israeli Trade Act Program Certificate (Jan 2005) Alternate I, 52.225-4 Alt II Buy American Act--North American Free Trade Agreement--Israeli Trade Act Certificate (Jan 2005) Alternate II, 52.225-6 Trade Agreements Certificate, 52.227-1 Authorization and Consent, 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement, 52.232-18 Availability Of Funds, 52.232-28 Invitation to Propose Performance-Based Payments, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation, 52.237-3 Continuity Of Services, 52.242-13 Bankruptcy, 52.242-15 Stop-Work Order, 52.243-5 Changes and Changed Conditions, 52.246-1 Contractor Inspection Requirements, 52.247-34 F.O.B. Destination, 52.252-2 Clauses Incorporated By Reference, 52.252-6 Authorized Deviations In Clauses, 52.253-1 Computer Generated Forms, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, 252.205-7000 Provision Of Information To Cooperative Agreement Holders, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country, 252.219-7011 Notification to Delay Performance, 252.225-7001 Buy American Act And Balance Of Payments Program, 252.225-7002 Qualifying Country Sources As Subcontractors, 252.225-7012 Preference For Certain Domestic Commodities, 252.225-7013 Duty-Free Entry, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7001 Pricing Of Contract Modifications, 252.243-7002 Requests for equitable adjustment, 252.246-7000 Material Inspection And Receiving Report, 252.247-7023 Transportation of Supplies by Sea, 252.247-7024 Notification Of Transportation Of Supplies By Sea, SUP 5252.243-9400 Authorized changes only by the Contracting Officer, Inspection and acceptance, Ordering process, payment )FAR 52.232-36) Payment by third party, payment request and invoices, wage determination number 94-2058 (revision 34), FAR 52.209-5 Certification regarding debarment, suspension, proposed debarment and o ther responsibility matters, FAR 52.211-11 Liquidated damages-Supplies, services or research and development, 52.212-2 Evaluation-commercial items, FAR 52.212-3 Offeror representations and certifications-commercial items, 52.212-5 Contract terms and conditions required to implement statutes or executive orders-commercial items, FAR 52.215-6 Place of performance, FAR 52.216-1 Type of contract, FAR 52.216-19 Order limitations, FAR 52. 616-27 Single or multiple awards, FAR 52.217-8 Option to extend services, FAR 52.217-9 Option to extend the term of the contract, FAR 52.219-1 Small business program representations, FAR 52.222-18 Certification regarding knowledge of child labor for listed end products, FAR 52.222-22 Previous contracts and compliance reports, FAR 52.222-42 Statement of equivalent rates for federal hires, 52.232-19 Availability of funds for the next fiscal year, FAR 52.252-1 Solicitation provisions incorporated by reference, FAR 52.252-5 Authorized deviations in provisions, DFARS 252.212-7000 Offeror representations and certifications-commercial items, DFAR 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items, DFAR 252.225-7000 Buy American Act-balance of payments program certificate, Local clause N00244L331 Review of agency protests, Local clause N00244L332 Unit prices. Contact the Contract Specialist, Carol Giles, for the full clauses, provisions, and local clauses referenced above. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. The government may award not more than four contracts resulting from this solicitation to the responsible offerors whose offer is the most advantageous to the government considering technical capability and low price. Provision 52.212-2, Evaluation-Commercial Items, applies. Contact the contract specialist for the evaluation provision. Note: The f ull text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. All FAR and DFAR certifications and representations specified must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 11-18-05, and will only be accepted via e-mail @ (jessica.dunker@navy.mil) or at the following physical address: Fleet & Industrial Supply Center, 937 North Harbor Drive, 7th floor, San Diego CA 92132-0212. Quotes submitted, as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note #1.
- Web Link
-
Synopsis of solicitations are posted at this web site
(http://www.neco.navy.mil)
- Record
- SN00928932-W 20051110/051108213158 (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 |