Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2013 FBO #4288
SOLICITATION NOTICE

J -- CORROISON CONTROL

Notice Date
8/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Air Force, United States Air Force Installation Contracting Agencies - Europe, 65 CONF - Lajes Field, Azores, 65 CONF/LGC, Lajes Field, Azores APO, 09720, United States
 
ZIP Code
09720
 
Solicitation Number
F2N35C3214A001
 
Point of Contact
Rose Oliveira, Phone: 11351295573104, Jose A Hernandez, Phone: 351-295573696
 
E-Mail Address
rose.oliveira.pt@us.af.mil, jose.hernandez.17@us.af.mil
(rose.oliveira.pt@us.af.mil, jose.hernandez.17@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF THE AIR FORCE 65TH Contracting Flight (USAFE) Bldg T-615 Lajes Field, Azores Combined Synopsis/Solicitation Corrision Control - AF Form 9 - F2N35C3214A001 SOLICITATION DATE: 19 August 2013 QUOTES DUE: 30 August 2013 @ 1600 Purchasing Agency: 65th Contracting flight - 65 CONF/LGCB This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F2N35C3214A001. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 811121, Automotive Body, Paint and Interior Repair and Maintenance. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 effective 01 August 2013 DPN 20130808 effective 08 August 2013, and AFAC 2013-0327 effective 27 march 2013. Potential bidders are to provide a quote for the services outlined in the Performance Work Statement (PWS), which is included as an attachment to this solicitation. A site visit will be conducted for this requirment on 22 August 2013 at 10:30 am. The location will be T-615. Availability of Funds: In accordance with FAR 32.705-1(a) and FAR 52.232-18 - Availability of Funds, the following is provided: Availability of Funds (Apr 1984) Funds are presently not available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Addendum 1 to FAR 52.212-1 - Instructions to Offerors: Quote shall include a unit price and total price for the following bid schedule: Line Item Number Description Quantity Unit Unit Price Total Price 0001 00D0110, 2000 Tymco Sweeper, Model 600. Corrosion Control and Complete Paint Job. 1 Each 0002 10C0209, 2010 International High Reach Truck, Model T466. Corrosion Control and Complete Paint Job. 1 Each 0003 05B0355, 2005 Chevy 1T, Model CC25903. Corrosion Control and Complete Paint Job with replacement of bed boards in pine wood. 1 Each 0004 03B1284, 2003 Ford 1-1/2T, Model F350. Corrosion Control and Complete Paint Job with replacement of bed boards in pine wood. 1 Each 0005 05B0447, 2005 Chevy 1-1/2T, Model 3500. Corrosion Control and Paint Job on Cargo Box, Frame, Mirrors, Brackets and Doors. 1 Each 0006 05B0446, 2005 Chevy 1-1/2T, Model 3500. Corrosion Control and Paint Job on Cargo Box only. 1 Each 0007 09E0534, 2009 Caterpiller 10K, Model 928H. Corrosion Control and Complete Paint Job. 1 Each 0008 06C0371, 2006 Chevy, Model CC25903. Corrosion Control and Complete Paint Job. 1 Each 0009 07D0376, 2007 Volvo Grader, Model G930. Corrosion Control and Complete Paint Job. 1 Each 0010 08D0143, 2008 STL Sweeper, Model SC8000. Corrosion Control and Complete Paint Job. 1 Each 0011 06B0738, 2006 Navistar 10T, Model B7600. Corrosion Control and Complete Paint Job. 1 Each 0012 05E0271, 2005 Hyster 10K, Model H155XL. Corrosion Control and Complete Paint Job. 1 Each 0013 06L0688,2006 Beta, Model AS32R12. Corrosion Control, Paint Job on Driveshaft only and Undercoat Job. 1 Each 0014 06L0687, 2006 Beta, Model AS32R12. Corrosion Control, Paint Job on Driveshaft only and Undercoat Job. 1 Each 0015 08L0935, 2008 Beta, Model AS32R12. Corrosion Control, Paint Job and Driveshaft only and Undercoat Job. 1 Each 0016 08L0936, 2008 Beta, Model AS32R12. Corrosion Control, Paint Job on Driveshaft only and Undercoat Job. 1 Each 0017 06B0738, 2006 Navistar 10T, Model 7600. Corrosion Control and Complete Paint Job. 1 Each 0018 03B0972, 2003 Ford 1T, Model F250. Corrosion Control and Complete Paint Job with replacement of bead boards in pine wood. 1 Each DUNS NO: _________________________ CAGE CODE: _______________________ TAX Identification No: _________________ Phone no: ___________________________ Fax: _______________________________ Point of Contact: _______________________ E-mail: ______________________________ Contractor Signature: __________________ Date:___________________ • Prices shall be all inclusive (i.e. all material, transportation, labor, etc.). • Prices shall be quoted in USD ($) or EUROS (€) and quotes shall be valid for a minimum of 60 days. The Defense Priorities and Allocation System (DPAS) are not applicable to this acquisition. Quotes are due to this office NLT 30 August 2013 @ 1600. Quotes may be dropped off in person at Lajes Field Air Base, BLDG. T-615 or sent via email to Ms. Rose Oliveira rose.oliveira.pt@us.af.mil or MSgt Jose Hernandez jose.hernandez.17@us.af.mil. General Information: All quotes must include the following general information: 1. Company's or individual's complete mailing and remittance address. 2. Discount for prompt payment - if any. 3. Quotes must be valid for a period of no less than 60 days. 4. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 ALT I, for additional direction. Price Information: Vendor must complete the bid schedule found on this page (pg. 2-4) of this solicitation. (Determining Factor - The vendor whose total prices per line item will be added together to arrive at a total price. The vendor whose price is the lowest will be deemed the "lowest price".) The Government will compare the vendor's quote with competitive quotes received from other companies in the industry. Primary Point of Contact: Ms. Rose Oliveira Contracting Specialist 65 CONF/LGCB Lajes Field, Portugal Email: rose.oliveira.pt@us.af.mil DSN: 3145353104 Comm: 011351295573104 Secondary Point of Contact: MSgt Jose Hernandez Contracting Officer 65 CONF/LGCB Lajes Field, Portugal Email: jose.hernandez.17@us.af.mil DSN: 3145356493 Comm: 011351295576493 The following clauses and provisions apply to this solicitation and are included by reference: 1. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. 2. FAR 52.212-3 Alt I offeror Representations and Certifications - Commercial Items. 3. FAR 52.212-4 Contract Terms and Conditions- Commercial Items. 4. FAR 52.204-7 System for Award Management. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 protecting the Government's interest when subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. FAR 52.212-2 Evaluation - Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders. FAR 52.214-34 Submission of Offers in the English Language. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.225-17 Evaluation of Foreign Currency Offers. FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.233-2 Service of Protest. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.237-1 Site Visit. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-5 Authorized Deviations in Provisions. FAR 52.252-6 Authorized Deviations in Clauses with the following fill-in: Department of Defense (48 CFR Chapter 2). DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alternate A (Required Central Contractor Registration). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders. DFARS 252.222-7002 Compliance with Local Labor Laws (Overseas). DFARS 252.225-7031 Secondary Arab Boycott of Israel. DFARS 252.225-7041 Correspondence in English. DFARS 252.225-7042 Authorization to Perform. DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties. DFARS 252.229-7001 Tax Relief. DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7008 Assignment of Claims (Overseas). DFARS 252.232-10 Levies on Contract Payments. DFARS 252.233-7001 Choice of Law (Overseas). DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.247-7023 Transportation of Supplies by Sea. DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. AFFARS 5352.201-9101 Ombudsmen. AFFARS 5352.225-9004 Submission of Offers in Other than United States Currency. AFFARS 5352.242-9000 Contractor Access to Air Force Installations. The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov and at Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Attachment(s): PERFORMANCE WORK STATEMENT CORROSION CONTROL, PAINTING, REPLACEMENT OF BED BOARDS & UNDERCOATING of AIR FORCE VEHICLES AND EQUIPMENT LAJES FIELD, AZORES, PORTUGAL 1. DESCRIPTION OF SERVICES This Performance Work Statement (PWS) is being generated to obtain corrosion repair, painting, replacing of bead boards and undercoating of 18 Vehicles which will be consolidated at Lajes Field, Portugal. These vehicles will be delivered to the contractor's facility by government personnel. The requirement of services described in the Performance Work Statement is to be accomplished within 350 calendar days. Vehicle Corrosion Control and Repair will be performed at the Contractors facility. The Contractor shall furnish all parts, labor, tools, materials, equipment, supervision, facilities and transportation necessary to accomplish corrosion control, repair and painting of all 26 vehicles. Corrosion control, repair and painting consists of, but not limited to, repairing damaged metal or other materials due to corrosion, treating bare metal, priming/sealing and painting the entire vehicle. Upon completion, each vehicle's 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. The Contractor shall provide all written correspondence in the English language. 1.1. SPECIFIC TASKS 1.1.1 Washing/Cleaning: Contractor shall service all surfaces which shall be cleaned of foreign material prior to surface preparation, corrosion control and painting. 1.1.2 Surface Preparation: Contractor shall ensure all removable parts on this equipment are removed and sandblasted, to include the yard spotters. 1.1.3 Repairing Damaged Material: All metal surfaces components identified for repair shall be restored to meet or exceed original equipment manufacturers fit and appearance. If corrosion exists adjacent to glass and/or rubber, the glass and/or rubber shall be completely removed and metal repaired. 1.1.4 Prime/Seal: The Contractor shall apply primer to prevent future deterioration of metal. 1.1.5 Masking Requirements: The Contractor shall protect, cover and mask all parts which should not be painted, including but not limited to, windows rubber, chrome hydraulic cylinders, moldings, gauges, safety switches, lubrication fittings, data plates, instruction plates, reflectors and manufacturers decals. 1.1.6 Paint: The Contractor shall refinish metal surfaces completely using an industrial acrylic coating, formula 3000 in all areas and each vehicle will be painted in accordance with TO 36-1- 191 specific color. The contractor shall turn in paint submittals for approval prior to use. 1.1.7 Replacement of wood bed boards: The contractor shall replace any worn/damaged bed boards and replace them with new ones in pine wood. 1.1.8 Undercoating: Contractor shall apply undercoat to fenders, frames, fuel tanks, brake lines and fuel lines. 1.1.9 Warranty: The contractor shall provide a standard commercial warranty for 24 months on all materials and workmanship. 2. SERVICE SUMMARY PERFORMANCE OBJECTIVE PEFORMANCE THRESHOLD Clean all surfaces All surfaces shall be free of foreign materials such as wax, dirt, dust, petroleum products and corrosion. Surface Preparation All removable parts and yard spotters will be sandblasted, and all other surfaces should be sanded to promote adhesion of primer and/or sealer coatings to substrate. Repair Damaged Metal Metal shall be repaired to match original contour. Integrity of repaired area should be equal to or better than original construction. Prime and Seal Surfaces All bare metal surfaces shall be primed and/or sealed to prevent corrosion and promote adhesion of top coatings. Paint all Exposed surfaces All contractor repair/prepared metallic surfaces shall be coated with acrylic coating, formula 3000 in all areas. Replacement of Wood Bed Boards All bad condition bed board will be replaced by new ones in pine wood. Undercoat Preparation The contractor shall protect or cover any parts which shall not be undercoated. Undercoating All fenders, frames, fuel tanks, brake lines and fuel lines shall be applied a sealant to protect the vehicle's undercarriage from corrosion. The contractor will supply the required sealant. 3. GOVERNMENT PROPERTY There is no Government Furnished Property supplied for the performance of this contract. 4. GENERAL INFORMATION 4.1. Vehicle Pick-up/Drop-off Procedures Vehicles will be made available to the contractor per their predetermined schedule unless USAF mission dictates otherwise. Pick-up and delivery will normally occur between 0700 - 1500 hours, Monday - Friday. Vehicles may not be picked-up or delivered if a designated representative is not available. Servicing of each vehicle(s) will have a turnaround period of no more than 45 calendar days. Some cases may be granted an extension for the service depending on the situation. Extensions, if necessary, will be negotiated between the Contractor and Contracting Officer. 4.2. Environmental Management: The contractor and all subcontractors shall comply with all applicable and the most stringent latest local environmental laws and regulations to include, but not limited to: general and specific permit conditions; Air Force instructions (AFIs), policies, guidelines, compliance documents, and management plans. All costs associated shall be included in the original contract price and a result of any compliance changes will be the Contractors responsibility. 4.3. Environmental Compliance Requirements: The Contractor is responsible for all environmental compliance laws for each country work is performed. All fees, fines, and/or failures to adhere to host country laws on this subject will be the Contractors full responsibility. The Government will not be responsible for any costs associated with environmental compliance laws. The Contractor shall be responsible for coordination with local environmental regulatory agencies. The contractor generating hazardous waste shall comply with all hazardous waste requirements where work is performed. The contractor shall comply with all local hazard material requirements where work is performed. The contractor shall be responsible for all costs associated with the proper site management, profiling, accurate characterization, temporary site storage areas, containerization, labeling, and transportation of their hazardous waste. The contractor shall comply with all local hazard material requirements where work is performed. The contractor shall comply with all local spill and release requirements where work is performed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/65CONS/F2N35C3214A001/listing.html)
 
Place of Performance
Address: LAJES FIELD, PORTUGAL, APO, 09720, Portugal
 
Record
SN03154520-W 20130821/130820000140-9c54b20305d41fb0ceb1ab2408bcbb93 (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.