SOLICITATION NOTICE
J -- SERVICE CONTRACT FOR CORROSION REPAIR, PAINTING and DECK REPLACEMENT OF TRAILERS - Package #1
- Notice Date
- 4/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for North Carolina, 4201 Reedy Creek Road, Raleigh, North Carolina, 27607-6412
- ZIP Code
- 27607-6412
- Solicitation Number
- W9124212T1450001
- Archive Date
- 5/18/2012
- Point of Contact
- Christopher L. Amburn, Phone: 7043914207
- E-Mail Address
-
christopher.amburn@ang.af.mil
(christopher.amburn@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Statement of Work I) This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W91242-12-T-1450001 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-43. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is 811121, small business size standard is $7.0. (V) COMMERCIAL SERVICE DESCRIPTION: CLIN 0001- This Statement of Work (SOW) is being generated to obtain corrosion repair, control painting and complete replacement of the wood floor of a KAYLYN 25 ft drop deck trailer and a FONTANE 38 ft flatbed trailer.These trailers will be delivered/picked up to the contractor's facility by government personnel if the Contractors facility is within 100 miles of Zip Code 28127. If Contractors facility is outside of 100 miles of Zip Code 28127, Contractor is responsible for pickup and delivery. The Government prefers to have only 1 trailer out of service at any given time. The Contractor shall furnish all parts, labor, tools, materials, equipment, supervision, facilities and transportation necessary to accomplish corrosion control, repair and painting replacement of the wood floor of these trailers assigned to 263rd Combat Communications Squadron. Corrosion control, repair, painting and floor replacement consists of, but not limited to, washing (steam cleaning and/or jet spraying), blast cleaning, treating bare metal, priming/sealing and painting the entire trailer along with removal, discarding and replacement of the 2 inch thick oak floor boards. Upon completion, each of the trailers finish and appearance shall be free of deficiencies and of a quality that meets or exceeds that of the original equipment manufacturer. In the event rework is required, the contractor shall rework at no cost to the government. See attached Statement of Work (SOW). (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil: 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 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; 52.237-1, Site visit 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252-225-7002, Qualifying Country Sources as Subcontractors; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7035 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate; 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Alt III, Transportation of Supplies Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 1 May 2012. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A. (XV) Quotes will be due to the 145th AW Base Contracting Office 4930 Minuteman Way Charlotte NC 28208, by 3 May 2012, 11:00 a.m. eastern standard time. Email quotes will be accepted at christopher.amburn@ang.af.mil Quotes may also be faxed to 704-391-4207. Emailed quotes are the preferred method. (XVI) Point of Contact is SMSgt Chris Amburn 704-391-4207 or email christopher.amburn@ang.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA31/W9124212T1450001/listing.html)
- Place of Performance
- Address: 263rd Combat Communications Squadron, NC. AIR NATIONAL GUARD, New London, North Carolina, 28127, United States
- Zip Code: 28127
- Zip Code: 28127
- Record
- SN02712934-W 20120405/120403235906-f0cbc75d19a9b584d0eb6a4e7e6b4b90 (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 |