SOLICITATION NOTICE
J -- All Terrain Vehicle (ATV) Maintenance
- Notice Date
- 3/6/2006
- Notice Type
- Solicitation Notice
- NAICS
- 441221
— Motorcycle Dealers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641
- ZIP Code
- 08641
- Solicitation Number
- Reference-Number-BPA-ATVMAINT
- Response Due
- 3/27/2006
- Archive Date
- 4/11/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. This is a commercial acquisition and it is a 100% Total Small Business set-aside; all responsible sources may submit a quote. The associated NAICS code is 441221 with a size standard of 6M. The government intends to issue a pre-priced Blanket Purchase Agreement (BPA) for All Terrain Vehicle (ATV) maintenance services for Ft Dix, NJ. Each call placed against this BPA will be for approximately 2 Honda ATVs for a total of 22 Honda ATVs over a 12-month period. Model numbers include TRX300FW, TRX350FE, TRX350FM, and TRX350FW. The exact number of ATVs that require servicing will be determined at the time of the call. The contractor shall perform ANNUAL INSPECTIONS, ANNUAL MAINTENANCE, and PERIODIC MAINTENANCE. The contractor shall conduct an inspection of the ATVs based on whether it is an annual or periodic maintenance interval, before the start of any work. The contractor shall perform ANNUAL INSPECTION and ANNUAL MAINTENANCE according to the maintenance schedule for the regular maintenance interval of 1200 miles. Also, the contractor shall do a complete inspection of the ATVs during annual inspection that is above and beyond the set maintenance schedule (i.e. worn tires, seat ripped, broken gauges). The contractor shall perform PERIODIC MAINTENANCE when needed to include an overall visual inspection of the ATV. The contractor shall provide a quote to show the cost of the maintenance before starting any work. Once the customer approves the repairs, the contractor shall complete the work. Upon completion of the work, the contractor shall provide a copy of the maintenance documents to the customer to keep on file for that ATV. If the contractor is located outside the 10-mile radius of Building 6915 18th Street, Ft Dix, NJ, the contractor shall pickup and deliver the scheduled ATVs. The contractor is required to pickup the ATVs within two business days of the notification. The contractor is required to deliver the ATVs within two business days after payment is made to them. If the contractor is located inside the 10 mile radius of Building 6915 18th Street, Ft Dix, NJ, the customer will pickup and deliver the ATVs to the contractor. All prospective offerors interested in submitting a quote on this solicitation must have a Commercial and Government Entity code (CAGE code). All potential sources must obtain a DUNS number and register in the Central Contractor Register (CCR) in order to transact business with the government. Failure to obtain a DUNS number, register in ORCA, and register in the CCR may result in the delay of award or possible award to the next otherwise successful offer that is registered in the CCR at the time of award. One of the following paragraphs will apply: (a) Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contracting Registration (CCR) database (see FAR 4.1102) or (b) Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from the date of submission or update to ORCA. All responsible sources may submit a quote, which will be considered by the agency. Award will be made to the offerors whose offers conform to the solicitation requirements and provides the best overall value to the Government. Questions should be submitted in writing and emailed to Jeffrey.Lewis02@mcguire.af.mil The following clauses and provisions are incorporated and are to remain in full force in any resultant agreement or purchase order: The provisions at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2005), and FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Mar 2005). The clauses at FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52.204-7 Central Contractor Registration; with 252.204-7004 ALT A (Nov 2003) Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award. FAR 52.209-6 Protecting the Government?s Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Jan 2005), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Oct 2003), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Sep 2005) with Alternate 1 (Feb 2000) apply to this acquisition; under Para (b), the following clauses are incorporated: FAR 52.219-6 Notice of Total Small Business Set Aside (Jun 2003), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Dec 2001), FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001), FAR 52.225-13 Restriction on Certain Foreign Purchases (Mar 2005), FAR 52.225-16 Sanctioned European Union Country Services (Feb 2000), FAR 52.232-36 Payment by Third Party (May 1999), FAR 52.222-41 Service Contract Act of 1965 As amended (Jul 2005); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); FAR 52.222-43 Fair Labor Standards Act and Service Contract Act?Price Adjustment (May 1989), FAR 52.222-44 Fair Labor Standards Act and Service Contract Act?Price Adjustment (Feb 2002), FAR 52.222-47 SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (May 1989), DFAR 252.204-7003 Control of Government Personnel Work Product (Apr 1992), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005); under Para (b), the following clauses are incorporated: DFAR 252.225-7001 Buy American Act and Balance of Payment Program (Jun 2005), DFARS 252.225-7036 Buy American Act?Free Trade Agreements Balance of Payments Program (Jun 2005), DFAR 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002) (Alt III) (May 2002). No telephonic responses will be processed. Please submit the following with the quotation: 1) Cover sheet with company name 2) Price List 3) Completed Representations and Certifications, as required in FAR 52.212-3 with Alternate I and DFAR 252.212-7000 (accessible at the Air Force FAR Site, http://farsite.hill.af.mil), to 305 CONS/LGCA, 2402 Vandenberg Ave McGuire AFB, NJ 08641 at or before 1430 (2:30 p.m.) EST. 27 March 2006. Quotations may be faxed to SSgt Jeffrey Lewis at (609) 754-4642 or emailed to Jeffrey.Lewis02@mcguire.af.mil. PRICE LIST BREAKDOWN: Round Trip Pickup and Delivery Charge to/from Fort Dix NJ $____per____ATVs; Annual Scheduled Maintenance based on 1200 mile servicing interval $____each ATV; Hourly rate for additional work outside scope of scheduled maintenance $____per hour; ***Any additional fees or Price Lists should be included with your quote***
- Place of Performance
- Address: Building 6915 18th Street, Ft Dix, NJ
- Zip Code: 08641
- Country: USA
- Zip Code: 08641
- Record
- SN01000772-W 20060308/060306212313 (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 |