Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2008 FBO #2532
DOCUMENT

J -- M900 Series Truck Repair and Paint - Statement of Work

Notice Date
10/30/2008
 
Notice Type
Statement of Work
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Ohio, 2811 West Dublin-Granville Road, Columbus, Ohio, 43235-2788
 
ZIP Code
43235-2788
 
Solicitation Number
W24MBU82750100
 
Archive Date
11/29/2008
 
Point of Contact
Mark A. Ruffing,, Phone: 6143367343
 
E-Mail Address
mark.ruffing@us.army.mil
 
Small Business Set-Aside
N/A
 
Description
STATE OF OHIO THE ADJUTANT GENERAL’S DEPARTMENT 2825 West Dublin Granville Road Columbus, Ohio 43235-2789 AGOH-DCSLOG-SMO 1 October 2008 MEMORANDUM OF INSTRUCTION (SCOPE OF WORK) (RESET) SUBJECT: Contract Guidelines and Instructions Contract for Repair of: M939 Series FOV (Cargo) complete vehicle painting and minor exterior body repairs. Special Instructions as follows; the word customer to represent (Ohio Army National Guard), all masculine references (ex.him or his) does not imply gender and should not be assumed as such. This is an on going blanket contract. Contract will begin on the date of acceptance and continue for one (1) year after the date of acceptance. Customer reserves the right to extend the contract beyond one (1) year if needed or desired. Customer reserves the right to cancel the contract persuant to FAR Part 49. General Requirements and Instructions 1. Materials furnished by the customer. A. Paint thinner as required NSN 8010-01-200-2637 B. Paint primer as required NSN 8010-01-187-9820 C. Chemical Agent Resistant Coating, CARC paint colors as required. Sand NSN 8010-01-229-7547 D. Fasteners to Replace Truck Bed E. Reflectors F. Bedrail Board 2. Customer requires a completion date for each vehicle being repaired by the contractor. 3. Customer will inspect the first (2) vehicles of each Family of Vehicle’s completed before additional work is performed. Customer reserves the right to inspect any/all work in process and accept or reject the work completed. The above will occur at the vendor’s facility. If the work is rejected it will be performed again, at the contractor’s expense, until deemed acceptable by the customer. 4. Contractor will pick-up and deliver (haul/tow-NOT DRIVE) all vehicles to the site where work is being performed if located outside a 25 mile radius. Vehicles will be held in quarantine at customer’s facility until such time that contracted work is to be performed. Vehicles are considered government property and subject to FAR Subpart 45.5, specifically 45.502-505. 2. Contractor’s Responsibility 1. Contractor will provide a complete cost estimate per vehicle, used by the customer assess the total cost of the project and reserve funding 2. Contractor will remove cargo bed to sand blast, paint underside and frame. 3. Contractor will ensure that all military vehicles in their temporary possession, or in the temporary possession of subcontractors, are secured at all times. The definition of secured is a gated and locked area, leased or owned by the contractor or subcontractor, and applies when the vehicle is physically located outside a lockable permanent structure. When physically located within said structure, secured is defined as safeguarded from individuals not directly employed by the contractor or their subcontractors. The exception is individuals not direct employees of the contractor or subcontractors that require access to complete the contracted work. An acceptable control measure requires the escort of a direct employee of the contractor or subcontractor. At no time will any military vehicles under appointed temporary ownership leave the direct control or safeguard of the contractor or his subcontractors. 4. Contractor will paint all vehicles in the color SAND as required. 5. Contractor will follow all regulations/instructions that pertain to the military type (CARC) paint to include the preparation of and application of primers and paint. 6. EPA and OSHA certified paint facilities are required. Documents must be provided with estimate. 7. Safety and Surface Preparation, guidelines as per Army Publication. See attachments #1 System TM 43-0139, #3 CARC System TB 43-0242. 8. Customer may invoice the government in installments or in total at their discretion. Standard payment term of “Net 30” applies. The contractor may submit for interest if payment does not occur within this timeframe, unless the delay is the fault of the contractor himself. Customer will not pay interest charges accrued by subcontractors due to the contractors delay in payment. 3. Scope of Work a. Surface Preparation 1) Follow TM 43-0139, page 3-1 2) TB 43-0242, page 5-6 3) Removal of all rust, corrosion products, oil, grease, moisture dirt, fouling Organisms, loose and blistered paint, deteriorated old paint, and other Surface contaminates. Cargo bed will be removed to insure proper sand blasting and primer/ paint coverage. b. Pre- Wash 1) Required only on bare metal 2) TM 43-0139, page 3-3 3) TB 43-0242, page 5-7 c. Epoxy Primer 1) Required only on bare metal 2) TM 43-0139, page 3-1 3) TB 43-0242, page 6-7 d. Painting 1) TM 43-0139, page 3-4 2) TB 43-0242, page 1-7 e. Transportation 1) Contractors outside of twenty five mile radius of FMS 17 will pick up and deliver M939 Series Cargo Trucks to and from FMS 17, Camp Perry, and Port Clinton, Ohio with lowboy trailer. POC is MSG Dennis Lidke @ (614) 336-6205 (Original signed) GLENN WIRTH LTC, OD, OHARNG Surface Maintenance Manager
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c9dc0a5b486d76e275057aa2cbcb3979&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: (34) M923A2 Trucks (M900 Series Reset SOW.doc)
Link: https://www.fbo.gov//utils/view?id=7dd46a128d1ef9c65c2e84b07e79161f
Bytes: 35.00 Kb
 
File Name: TM 43-0139 (TM 43-0139.pdf)
Link: https://www.fbo.gov//utils/view?id=b87a49bdfba373fe749887eb6a930779
Bytes: 1,407.52 Kb
 
File Name: TB 43-0242 (TB 43-0242.pdf)
Link: https://www.fbo.gov//utils/view?id=3600ba4919d9b03c05c07439984e94de
Bytes: 188.47 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Camp Perry Training Site, FMS #17, Port Clinton, Ohio, 43452, United States
Zip Code: 43452
 
Record
SN01698634-W 20081101/081030215217-c9dc0a5b486d76e275057aa2cbcb3979 (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.