Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

J -- Daimler Maintenance

Notice Date
9/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB, UNIT 3115, APO, 09021
 
ZIP Code
09021
 
Solicitation Number
FF561222441315_Daimler_Maintenance
 
Archive Date
10/10/2012
 
Point of Contact
Clayton B. Bodkin, Phone: 3144897996
 
E-Mail Address
clayton.bodkin@ramstein.af.mil
(clayton.bodkin@ramstein.af.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued, paper copies of this solicitation will not be available. This is a commercial solicitation using Simplified Acquisition Procedures found in FAR Part 13, solicitation no. is FF561222441315 and is issued as a request for quotes (RFQ) on September 11, 2012. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-60. FAR clause descriptions are available via the Internet at http://farsite.hill.af.mil/. There is no set-aside for this solicitation. NAICS code: 811198. Size Standard: $7 Mil. This solicitation is for the following: STATEMENT OF WORK DAIMLER VEHICLE MAINTENANCE 1.0 DESCRIPTION OF SERVICES: Provide non-Personal services for the scheduled maintenance of five (5) Daimler vehicles owned by DLA Distribution Europe at Germersheim, Germany. Services shall include all labor, materials, equipment, repair parts, tools, test equipment and any other services required to keep the vehicles in good operational condition or to restore the vehicles into fully operational status. 1.1 EQUIPMENT: The following vehicles are covered under this Statement of Work: (#1) One (1) Mercedes, Model Vito, Van Serial Number: WDF63970112383306 Current Meter Reading (km): 41,743 Annual Estimated Kilometer Usage (km): 7,500 Service Interval (km): 40,000 (#2) One (1) Mercedes, Model Sprinter, Station Wagon Pickup Serial Number: WDB9046121R596786 Current Meter Reading (km): 105,384 Annual Estimated Kilometer Usage (km): 11,000 Service Interval (km): 40,000 (#3) One (1) Mercedes, Model Sprinter, Station Wagon. Change to PICKUP Serial Number: WDB9062531N413250 Current Meter Reading (km): 18,752 Annual Estimated Kilometer Usage (km): 6,500 Service Interval (km): 40,000 (#4) One (1) Mitsubishi, Model L200, Pick-up L200 is the Model, Mitsubishi is handled by Daimler. Serial Number: MMBCNK7404D053228 Current Meter Reading (km): 28,001 Annual Estimated Kilometer Usage (km): 5,000 Service Interval (km): 20,000 (#5) One (1) Mercedes, Model Atego MB 1523, Truck Serial Number: WDB9702771K981378 Current Meter Reading (km): 4,761 Annual Estimated Kilometer Usage (km): 70 Service Interval (km): 50,000 2.0 SPECIFIC REQUIREMENT: 2.1 PREVENTATIVE MAINTENANCE: The Contractor shall perform preventative maintenance on a scheduled basis. The Contractor shall perform maintenance tasks in accordance with the vehicle manufacturer's owner's manual. Preventative maintenance shall include:Please use attached maintenance sheet 2.2 PREVENTATIVE MAINTENANCE SCHEDULE: The following schedule has been established in accordance with the vehicle manufacturer's recommended maintenance schedule and the Contractor shall perform preventative maintenance in accordance with this standard. 2.2.1 SCHEDULE: The Contractor shall perform one (1) scheduled maintenance for each vehicle within the recommended "service interval." The schedule is: Every 15000 km, or annually Change oil and filter Lubricate chassis Replace all filters including air, fuel, and PCV filter Check brakes and quickly check wheel bearings Check and adjust valves if rocker-type arm Replace plugs, points, cap, rotor, and all necessary tune-up and emission items Check all belts including timing belt Inspect cooling system hoses and fluid for cleanliness Check temperature for engine thermostat Look over vehicle for leaks and other problems Every 30000 km, or 2 years Same as 10000-mi/15000-km/annual tune-up and inspection plus: Bleed brakes to renew fluid and remove contamination from normal wear and tear Drain cooling systems, radiator, engine block, and all heater related components. De-scale as necessary and inspect tubes in radiator for cleanliness. Replace thermostat. Refill with distilled water and 10% glycol. Add corrosion protection fluid. Replace automatic transmission fluid if using petroleum. Change filter and clean screen and magnets. 2.3 The Government point-of-contact (POC) will coordinate with the Contractor to schedule maintenance. The Contractor shall provide a similar vehicle to the Government while performing maintenance. The maintenance work shall be completed within 72-hours. Vehicles will be dropped off and picked up by the Government. 2.4 The Contractor shall notify the Government POC upon completion of the scheduled maintenance if there will be any unscheduled repair required. Please provide a quote for the above preventitive maintenance for one year. The location for the vehicle again is In Germersheim, Germany. Item Description Qty Unit Unit Price Total Price 0001 Preventitive Maintenance #1 12 Months 0002 Preventitive Maintenance #2 12 Months 0003 Preventitive Maintenance #3 12 Months 0004 Preventitive Maintenance #4 12 Months 0005 Preventitive Maintenance #5 12 Months Total Price The period of performance will be from 1 Oct 2012 to 30 Sep 2012. The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. NOTE: THIS ACTION IS SUBJECT TO THE AVAILABITY OF FY13 FUNDS IN ACCORDANCE WITH FAR 52.232-18. The following factors shall be used to evaluate offers: low price. The following clauses and provisions apply to this solicitation; FAR 52.212-1, Instructions to Offerors - Commercial Items and the following addenda: 52.212-1 ADDENDUM, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) The following areas in the above provision are replaced as follows: North American Industry Classification System (NAICS) code and small business size standard. The NAICS and size standard are listed in the beginning of this notice. Submission of offers. Offers may be submitted in any format; however, a copy of completed and signed page one (schedule) of this notice shall be submitted. The Contract Specialist and Contracting Officer for all submissions and correspondence are shown below. Please reference all items with RFQ # F3NF242202A002. Note - Any mail sent must state on the envelope that the contents are -FOR OFFICIAL U.S. GOVERNMENT BUSINESS. Offerors shall insert a unit and extended price for each Contract Line Item Number (CLIN) on the schedule of this notice. In addition, only US dollar or EURO currency offers will be accepted. Please refer to 52.212-2 for the current Foreign Currency Fluctuation Defense (FCFD) budget rate. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. System for Award Management (SAM) Registration: By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov. Additional paragraphs: Electronic Offers: Offerors may submit electronic offers in response to this solicitation. All submissions shall arrive by the date/time specified in the solicitation. Offerors are encouraged to call to verify receipt of the offer. If the offeror chooses to email the offer, the Government will not be responsible for any failure of transmission or receipt of offer, or any failure of the offeror to verify receipt of the emailed offer. If electronic offers are submitted, it is not required or desired for a hard copy offer to also be submitted. Deliver of Offers: The preferred method of delivery of offers is electronic, e.g. via email. Offers may be hand-delivered to the mailing address in paragraph (b) above to room 215. Note: Kapaun Air Station is a United States Air Force controlled military installation. Delays at the gate will not be considered if the offers are late. If the offeror chooses to mail the offer via postal services, the Government will not be responsible for any non-receipt or late proposals, or any failure of the offeror to verify receipt of the mailed offer. The Government will only accept hand-delivered, mailed, or emailed offers. No faxes will be accepted. Multiple methods of delivery are neither required, nor desired. Prospective offerors are strongly encouraged to submit any questions regarding this solicitation not later than 5 calendar days prior to solicitation close date by email to the contract specialist and Contracting Officer shown at the end of this notice. The Government will respond to questions received within the requested timeframe via email prior to the quote due date. Questions received after the requested timeframe may or may not receive response prior to the offer due date. Note: Offerors are required to submit the Representations and Certifications for 52.212-3 and 252.212-7000 with all appropriate blocks filled-in or go online and activate their online reps and certifications application @ http://www.bpn.gov/orca/ and to complete 252.229-7001 - Tax Relief, and provide a document listing the name, title, and telephone number of those individuals authorized to make decisions on behalf of the company and can negotiate with the government. (End of Addendum) FAR 52.212-4 "Contract Terms and Conditions", is hereby incorporated by reference, FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; additional FAR clauses cited in the clause are: FAR 52.222-50 (Alt I) Combating Trafficking in Persons; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration and FAR 52-247-34 "F.o.b. Destination". The following additional clauses and provisions apply to this acquisition: 52.204-9. Personal Identity Verification of Contractor Personnel. 52.209-5, Certification Regarding Responsibility Matters. 52.209-7, Information Regarding Responsibility Matters. 52.214-34, Submission Of Offers In The English Language. 52.216-1, Type of Contract: Firm-Fixed Priced (FFP). 52.222-50 Alt I, Combating Trafficking in Persons: Document Title Document may be obtained from: Applies to Performance in/at: Local Area Off-Limits List https://aepubs.army.mil/pdfpubs/AEC190-24.htm#AppA Europe 52.225-14, Inconsistency Between English Version And Translation Of Contract. 52.233-2, Service of Protest: 700 CONS/LGCA, Kapaun Air Station Bldg 2767, Kaiserslautern 67661. 52.237-1, Taxes--Foreign Fixed-Price Contracts. 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation. 52.252-1, Solicitation Provisions Incorporated by Reference: http://farsite.hill.af.mil. 52.252-2, Clauses Incorporated by Reference: http://farsite.hill.af.mil. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: Including the following additional clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea. 252.222-7002, Compliance With Local Labor Laws (Overseas). 252.225-7041, Correspondence in English. 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States. 252.229-7000, Invoices Exclusive of Taxes or Duties. 252.229-7001 Alt I, Tax Relief: Mehrwertsteuer (Value Added Tax) 19%. 252.232-7008, Assignment of Claims (Overseas). 252.233-7001, Choice of Law (Overseas). 5352.201-9101, Ombudsman: An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Primary Command Ombudsman Ms Tara Petersen tara.petersen@ramstein.af.mil DSN: (314)480-2209 COMM: 0049-6371-47-2209, Alternate Command Ombudsman Ms Heidi Hoehn heidi.hoehn@ramstein.af.mil DSN: (314)480-9330 COMM: 0049-6371-47-9330. FAX: (314)480-2025 MIL: HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-5010 COMM: HQ USAFE/A7K, Geb. 529 Flugplatz, 66877 Ramstein-Miesenbach DE Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001, Health and Safety on Government Installations 5352.225-9004, Submission of Offers in Other than United States Currency: FCFD: 1 US Dollar ($1) = 0.7491 Euro Offers may be sent to: 700th Contracting Squadron, 700th Contracting Squadron ATTN: LGCA SSgt Bodkin ATTN: LGCA SSgt Bodkin Kapaun Air Station, GEB 2767 or Unit 3115 D-67661 Kaiserslautern APO, AE 09021 Attn: SSgt Bodkin, or e-mail to clayton.bodkin@ramstein.af.mil. The offers are due by 1600 Hours Central Euopean Time on 25 Sep, 2012. If additional information regarding this solicitation is needed please contact SSgt Clayton Bodkin by means of e-mail at clayton.bodkin@ramstein.af.mil or via phone at +49-631-536-6899; or SSgt Andrea Lay via e-mail at andrea.lay@ramstein.af.mil or phone at +49-631-536-8443. Collect calls will not be accepted. The government reserves the right to cancel this solicitation, either before or after closing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/ROB/FF561222441315_Daimler_Maintenance/listing.html)
 
Place of Performance
Address: DLA Distribution Europe at Germersheim, Germany, Germersheim, Non-U.S., 76726, Germany
 
Record
SN02878408-W 20120913/120912002522-b4cf506791fc8279696425bac939f64d (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.