SOLICITATION NOTICE
J -- prep, paint, undercoat mobile facility units
- Notice Date
- 12/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325510
— Paint and Coating Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024413T0039
- Point of Contact
- Kimberly Rieder 619-556-5239
- E-Mail Address
-
kimberly.rieder@navy.mil
(kimberly.rieder@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-13-T-0039. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-62 and DFARS-DCN 20121116. This solicitation is issued as unrestricted NAICS Code 325510 Paint and Coating Manufacturing is applicable and business size is 500 employees. ************************************************************************** Line Item 0001: Prep Paint Undercoat one (1) each mobile facility unit in accordance with the attached statement of work. Services shall be performed at the contractor s facility. Line Item 002: Prep Paint Undercoat one (1) each mobile facility unit in accordance with the attached statement of work. Services shall be performed at the contractor s facility. Inspection and acceptance will be made at Destination by the Government. NOTE: Defects will be documented in writing as well as photographed. The Contractor shall be responsible for all costs associated with the pickup and return transportation to MF s that require additional work due to defects found and documented. Rework to MF s shall be performed and MF s delivered within 5 working days after defects are documented. All rework to be performed at contractor s site. Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006. Requests for technical and or contractual clarification are to be submitted to the Purchasing Agent via email: kimberly.rieder@navy.mil. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than COB 5:00PM (PST) on December 12, 2012. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible Quoting Contractor s whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i) TECHNICAL CAPABILITY TO PERFORM SERVICE TO MEET THE REQUIREMENT (ii) PAST PERFORMANCE (iii) PRICE Quotes will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, quotes will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the quote to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those quotes which meet the minimum requirements established by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those quotes determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is significantly less important than Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with quoting contractors. Each initial offer should, therefore contain the quoting contractor s best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY TO PERFORM SERVICE TO MEET THE REQUIREMENT, Factor (i), IAW FAR 52.212-1(b)(4) The contractor shall provide documentation of license in the state the business operates in and compliance with all Federal, State, Local laws, regulations to ensure compliance with all EPA regulations. Quoting Contractor s technical information will be used to determine whether the items or services proposed meet the specifications included in this solicitation. Items or services quoted, as provided in Quoting Contractor s technical information, will be evaluated and determined to be either technically acceptable or technically unacceptable. Quotes which are determined to be technically unacceptable may not be considered further for award. (c) Quoting Contractor s PAST PERFORMANCE information submitted as required, will be used to make a determination of whether the quoting contractor has a satisfactory record of past performance. Quoting Contractor s should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Quoting Contractor s which lack relevant past performance history will receive a neutral rating for this factor. Any quote which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other quotes. The Contracting Officer will evaluate Quoting Contractor s PAST PERFORMANCE as follows: SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the quoting contractor s past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the quoting contractor s past performance. NEUTRAL: No relevant past performance available for evaluation. Quoting contractor has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. (e) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoting contractor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52.233-3 Protest after Award. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.232-18 Availability of Funds FAR 52.233-4 Applicable Law for Breach of Contract claim. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-34 F.o.b. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.232-7006 Wide Area Work Flow Payment Instructions; REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2057 Diane C. Koplewski Division of | Revision No.: 13 Director Wage Determinations| Date Of Revision: 06/13/2012 _______________________________________|____________________________________________ State: California Area: California Counties of Imperial, San Diego REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 937 North Harbor Drive, San Diego, CA 92132-0060. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official". Quoting contractor s should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES (OCT 2001) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Offeror s Past Performance Data: 1. This performance data is to be used to evaluate your Company s past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. telephone/fax: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? k. ___ Yes ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes ____ No - Was any warranty work completed on delivered items? m. ___ Yes ____ No - Were all items delivered within the original contract schedule? n. ___ Yes ____ No - Has your Company received any quality awards in the past three year? o. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. End of Clauses/Provisions. Quotation information may be submitted electronically via e-mail. Submit responses to: kimberly.rieder@navy.mil. Reference solicitation number: N00244-13-T-0039on all documents and requests for information. Quotes must be received no later than COB 1500 (PST) on December 17, 2012. STATEMENT OF WORK The Fleet Readiness Center South West (FRCSW), Mobile Facilities (MOFAC) department requires the preparation and painting of the interiors and exteriors of Mobile Facility (MF) containers. (1) The Contractor shall be fully licensed in the state that their business operates in and shall comply with all Federal, State, Local laws, regulations to ensure compliance with all EPA regulations. The contractor shall provide documentation as part of their proposal to support their compliance with licensing that shows conformance to all state and federal regulations that are applicable. (2) General Description of mobile facility (MF) containers: Units are 8ft wide X 8ft deep X 20 ft long and weigh from 5,000 to 8,000 lbs each. Van types include the following 1339AS1101 1339AS1000 1339AS501 1339AS500 1339AS700 1339AS701 1339AS900 (3) Interior and Exterior Work required for all MF Containers: Contractor shall: Sand all surfaces including both sides of all hinged doors and removable ECU doors and panels, remove large side panel if applicable paint both sides and door jamb. Media blast is permitted on steel surfaces only. If applicable mask interior when removal of panel is not permitted Pull removable panels to paint including large side panel paint where panel is removed Treat all corrosion to bare metal remove corrosion Resealing with Mil-s 8802 as required Remove all old decals and mask over all data plates, power connectors and seals Prime and paint MF to original colors per specification Remove any masking Remove any and all overspray from any and all surfaces which could be present prior or post performance of job, overspray consists of any speck or greater of paint which does not match the surrounding surface, repaint the surface if required to restore original color and luster due to abrasion or other techniques used to remove overspray Painted surfaces are to be free from blemishes such as runs, fisheyes, scratched et cetera. surface is to be smooth consistent to being sprayed Contractor to repaint MF serial numbers (X4 plcs) and identification numbers (X6 plcs) all serial and identification numbers are to be free from defect all residue left behind from stenciling decal to be removed Refer to drawing 1339AS1202 for paint instructions for bottom of containers ISO corners and undercoat All re-work if required due to quality issues to be completed at contractor s site. (4) Additional Interior Work to MF Containers: Repainting of Mobile Facilities (MF s) to OEM color specifications. The primary scope of work for the exterior applies to the interior with the following additions: Contractor shall: Mask as required to prevent overspray and for the colors to match the original paint scheme each and every time it is required to paint each individual portion. Items to be painted include the following but not limited to the following, power panels, raceways, lights, ECU slide assemblies, ECU grills, ECU fronts, ECU ducting, wall channel et cetera and paint to original color and luster or colors specified by MOFAC Clean floor and all other surfaces of dust and debris caused by the painting or preparation of all above tasks. (5) Materials/Interior: Contractor will provide paints and all other consumable materials used during painting process. The following Mil Spec paints are to be used: PRIMER MIL-PRF-85582 TYPE 1 Product # 02W052 WOODLAND GREEN (COLOR# 24664) MIL-PRF-85285 TYPE 2 Product# 36GN048E SEMI GLOSS WHITE (COLOR# 27875) MIL-PRF-85285 TYPE 2 Product # 36W085E SEMI GLOSS GRAY (COLOR# 26250) MIL-PRF-85285 TYPE 2 Product # 36GY203 FLAT GRAY (COLOR# 36118) MIL-PRF-85285 TYPE 2 Product # 36GY202 (6) Materials/Exterior: Contractor will provide paint and all other consumable materials used during painting process. The following Mil Spec paints are to be used PRIMER MIL-PRF-85582 TYPE 1 Product# 02W052 GLOSS WHITE (COLOR # 17925) MIL-PRF-85285 TYPE 2 Product # 36W058E BLACK ENAMEL Fed-Std-595 Color No. 17038 (7) Undercarriage undercoat Contractor shall: Blast steel undercarriage framing prior to undercoating to remove rust using Garnet abrasive or other blast media, blasting permitted on steel only. Media blast may not be used on aluminum panels adjacent to steel framing. Clean undercarriage of blast residue prior to applying undercoat. Apply undercoat per manufactures instruction and our drawing 1339AS1202 Undercoat source drawing 1339AS1201 FRCSW to provide 3 gallons of undercoat per van (8) Transportation of MF Containers: The Government requires that the Contractor provide transportation of MF s from FRCSW to and from the contractors work site. Any related transportation costs shall be included in the unit prices quoted. (9) Delivery timeframe: The Government requires that the MF s be completed within 7 to 14 working days after receipt of an order. (10) Inspection and Acceptance: Shall be performed by the Government at Destination (FRCSW MOFAC facility), North Island, San Diego, CA 92135 Inspection criteria: FRCSW MOFAC initial inspection will be performed at time of delivery. The Government shall make every effort to detect and record any defects at this time. The Government reserves the right to report and record any defects that were not found during the initial inspection as they are detected. Defects will be documented in writing as well as photographed. The Contractor shall be responsible for all costs associated with the pickup and return transportation to MF s that require additional work due to defects found and documented. Rework to MF s shall be performed and MF s delivered within 5 working days after defects are documented. All rework to be performed at contractors site.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024413T0039/listing.html)
- Record
- SN02943627-W 20121208/121206234306-b492fb25d1cfb9c71d1a1462be7007ab (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 |