Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2013 FBO #4250
SOLICITATION NOTICE

J -- Painting of Support Equipment

Notice Date
7/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
177 FW/MSC, 400 Langley Road, Egg Harbor Township, NJ 08234-9500
 
ZIP Code
08234-9500
 
Solicitation Number
W912KN13PAINT
 
Response Due
7/31/2013
 
Archive Date
9/10/2013
 
Point of Contact
Johanna Paz, 6097616097
 
E-Mail Address
177 FW/MSC
(johanna.paz@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The 177th Fighter Wing has a requirement for priming and painting of support equipment at 400 Langley Road, Egg Harbor Twp., NJ 08234. Contractor shall provide the parts, transportation, and labor to remove reflective tape and vinyl letters, sand to bare metal, prime and paint an estimated 363 items of support equipment (list will be provided at site visit) IAW T.O. 35-1-3. Contractor will be responsible for painting inside of doors, wheel rims (if applicable) and outside of equipment. Government will be responsible for removal of tanks, cords, etc. on outside of equipment prior to scheduled pick-up. Additionally, an AGE Shop representative will train the Contractor on operation of the bomb loader so it can be moved in and out of the paint bay. The Government will provide the paints (primer and polyurethane), diagrams, and application directions to the contractor as required. The end user requires 8 to 12 units be painted per month and time for completion will be negotiated based on the Contractor's assessment of equipment. The Contractor will provide a quote per type of equipment, The equipment will be picked up and dropped off at the 177th Fighter Wing AGE Shop, Building 248. Hours of Operations for the base are Tuesday-Friday from 7:00 am to 4:00 pm. The transporter will need to be escorted on and off base by designated personnel. This solicitation is set-aside 100% for Small Business. The North American Classification System (NAICS) code for this acquisition is 423830-Industrial Machinery and Equipment Merchant Wholesalers. The vendor selected must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2-Evaluation-Commercial-Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items- the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, contract Terms and Conditions-Commercial Items; FAR 52.223-5, Pollution Prevention and Right-to Know Information; 52.222-41 Service Contract Act of 1965 (NOV 2007); FAR 52.223-14, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; FAR 52.232-1, Payments; 52.232-23, Assignment of Claims; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment, And Vegetation; 52.246-4, Inspection of Services-Fixed Price; Solicitation Provisions Incorporated by Reference. The following DFARS references are incorporated herein by reference: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense. The following clauses will be incorporated in full text for this acquisition: FAR 52.212-2, Evaluation-Commercial Items BASIS FOR AWARD: LOWEST PRICE TECHNICALLY ACCEPTABLE will apply to this acquisition); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2012); 52.217-8, Option to Extend Services (Nov 1999); 52.232-2, Service of Protest (Sep 2006); 52.252-4, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.252-5, Authorized Deviations in Provisions (Apr 1984). The following DFARS clauses will be incorporated by full text: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2012); 252.232.7003-Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions. Service Contract Act Wage Determination 2005-2346 Modification 16 applies to this solicitation. A new wage determination will be issued at time of award if modification number is updated. It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All Federal Acquisition Regulation (FAR) Provisions and Clauses may be viewed in full text at the Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far All firms or individuals responding must be registered with the System for Award Management (SAM) and Wide Area Workflow (WAWF). Information concerning SAM and WAWF registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/. A mandatory site visit has been scheduled for Wednesday, 24 July 2013 @ 1pm at 400 Langley Road, Egg Harbor Twp., NJ 08234. Interested vendors will provide the attached Entry Authority Listing (EAL) letter to include the names of the individuals attending the site visit. The EAL form MUST be received NLT 1pm, Friday 19 July 2013 in order to attend the site visit. Due to the urgency of the requirement, multiple contracts may be awarded. Interested vendors must provide past experience of similar work performed. The POC for this requirement is SMSgt. JoAnn Ferguson at 609-761-6096. Questions or clarifications should be emailed to the Contracting Office at 177FW.BCO@ang.af.mil. Quotes are due NLT Noon, Wednesday 31 Jul 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28-1/W912KN13PAINT/listing.html)
 
Place of Performance
Address: 177 FW/MSC 400 Langley Road, Egg Harbor Township NJ
Zip Code: 08234-9500
 
Record
SN03115734-W 20130714/130712235201-19bc326dbd1312d77595401b5725388b (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.