Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2012 FBO #4005
SOURCES SOUGHT

J -- Sources Sought for Auto Body Repair - PWS

Notice Date
11/9/2012
 
Notice Type
Sources Sought
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, NCR-ACC - WAW, 200 STOVALL STREET, 11TH FLOOR, ALEXANDRIA, Virginia, 22331-1700, United States
 
ZIP Code
22331-1700
 
Solicitation Number
W91WAW-13-R-0213
 
Archive Date
12/4/2012
 
Point of Contact
Brian Petchel, Phone: 7034280264
 
E-Mail Address
brian.k.petchel.civ@mail.mil
(brian.k.petchel.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement for Auto Body Repair This is a Sources Sought Announcement for information and planning purposes only. It is not to be construed as a commitment by the Government. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB) and does not serve to bind the U.S. Government in any way. Interested parties shall not be reimbursed for costs associated with preparation of their responses. Army Contracting Command National Capital Region (ACC-NCR), on behalf of The Office of the Administrative Assistant to the Secretary of the Army (OAASA), Executive Transportation. OAA, Motor Operations Division intends to procure the following services using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures: The contractor shall provide auto body repair service and replacement of windows for OAASA fleet consisting of (58) mini vans, (14) mid size sedans, (16) 24 passenger bus, (2) 18 passenger bus with ADA, (8) 39 Passenger Hybrid Buses, (2) 34 Passenger Hybrid Buses with ADA, (2) SUV. We may award multiple BPA's for this acquisition. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 12:00 PM Eastern Time, Monday 19 November 2012, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date, or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted, then this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 811121 with a size standard of $7M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the Performance Work Statement (PWS). Capability packages must not exceed 4 pages and must be submitted electronically. All contractor questions pertaining to the PWS or other parts of this requirement must be submitted no later than Thursday, 15 November 2012. SBs are to outline their experiences. Areas or tasks where a contractor does not have prior experience should be annotated as such. Please see the following questions: a. What experience does your company have with providing auto body repair service and replacement of windows for a fleet of commercial vehicles as described in the PWS? (Draft PWS 5.1) In addition, the following questions must be answered and elaborated on as part of the package: b. Past Performance - Does your firm have relevant past performance within the last three years? (Include contract numbers, contract type, dollar value of each contract, point of contacts, and a brief description of the work performed.) c. Corporate Experience - Does your firm have work experience similar in nature, scope, complexity, and difficulty of work described in the draft PWS? To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Brian Petchel (e-mail: brian.k.petchel.civ@mail.mil ) and Nancy Santana (email: nancy.santana.civ@mail.mil ) for this procurement. A Firm Fixed Price (FFP) contract is anticipated. The anticipated period of performance will be one Base Period of 12 months and two 12-month option periods. The place of performance will be at the Contractors facilities located within the National Capital Region (NCR). The Government anticipates a written Request for Proposal (RFP) will be posted on or about Wednesday 21 November 2012. This procurement will be conducted through the FedBid.com. The RFP must be retrieved and downloaded from the FedBid internet site (https://www.fedbid.com/). No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted through the FedBid online system. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. Telephone inquires will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3366f8ae1b2a8782c9dd87e70a08c9f8)
 
Record
SN02928755-W 20121111/121109234040-3366f8ae1b2a8782c9dd87e70a08c9f8 (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.