Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2015 FBO #5046
SOLICITATION NOTICE

99 -- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures.

Notice Date
9/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
N62473 NAVFAC SOUTHWEST, FEAD MCAS CAMPEN PO Box 555229/Building 22101 Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
N6247315R4416
 
Response Due
9/22/2015
 
Archive Date
10/7/2015
 
Point of Contact
Kristi Likes 760.725.0782
 
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 Proposal (RFP) is being requested and a written solicitation will not be issued. The Solicitation number is N62473-15-R-4416. The RFP and incorporated provisions and clauses are those in effect. This solicitation is issued as a Total Small Business Set-Aside under NAICS Code 811121, Automotive Body, Paint and Interior Repair and Maintenance. The Government anticipates awarding a Firm-Fixed Price contract. NAVFAC SW POC: Kristi Likes kristi.likes@navy.mil 760.725.0782 ************************************************************************** CONTRACT LINE ITEM NUMBERS (CLIN ™s): 1. An offeror shall enter unit prices and amount for the CLINs as indicated in the bid schedule attachment. 2. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended offer price and the total of the CLIN will be recomputed accordingly. If the offeror provides a total amount for the CLIN quantity will be held to be the intended unit price. 3. In the event there is a difference between the Total Price and the Total Price for individual CLINs, the Total Price will be upheld to be the intended price for the Total Price for the individual CLINs. EVALUATION OF OFFERS: The offeror shall submit a lump sum price for CLINS 0001 and 0002 as listed above and the unit prices with extended totals using the attached excel bid schedule. The basis of the award will be PRICE ONLY. CLIN 0001 “ Repair Engine in Fire Apparatus The requirement is to repair/rebuild and reassemble the engine of a 2006 Pierce Manufacturing Inc. Firefighting Apparatus, model Type III Hawk Model 14 Brush Truck, vehicle identification number “ 1HTWCAZN57J459651, USMC #291101. The engine must be inspected to identify the extent of the damage, repaired to manufacturer specifications, and reassembled to return the vehicle to a fully operational condition (pictures attached separately). The Government shall: 1. Transport the vehicle to the contractor location within 100 miles of Camp Pendleton. 2. Transport the repaired vehicle back from the contractor location to Camp Pendleton. The Contractor shall provide the labor, tools, parts, and materials to perform the following repair work: 1. Execute the proper procedures to disassemble the engine further, if necessary. 2. Inspect engine components to determine damage and excessive wear. 3. Repair or replace damaged or worn components using new or remanufactured parts to meet manufacture specifications. 4. Reassemble engine components to return vehicle to full operating capability. 5. Operate vehicle engine to ensure proper operation. 6. Provide warranty service on all work performed. CLIN 0002 “ Paint Ten Removable Gooseneck Lowboy Semi-Trailers The requirement is for painting trailers: 60721T, 60720T, 60719T, 60718T, 60717T, 60716T, 60703T, 60702T, 60701T which are 8 ˝ feet wide and approximately 52 feet long (pictures attached separately). The Government shall: 1. Transport the trailers to the paint shop location within 100 miles of Camp Pendleton. 2. Transport the completed trailers back from the paint shop location to Camp Pendleton. *When one trailer is picked up another trailer will be delivered. The Contractor shall provide the labor, tools, parts, and materials to perform the following repair work: 1. Steam clean and prepare for painting according to industry standards. At a minimum, preparation will include the removal of rust, reflective tape, decals and trailer numbers; primer paint all exposed/bare metal; masking of data plates; and any other steps necessary to ensure a high quality paint job. 2. Paint all metal surfaces with the exception of the undercarriage. 3. Paint the bottom side of the gooseneck. 4. Paint trailers with two part single stage urethane white paint. 5. All paint will be free of runs, foreign debris and blemishes. 6. Trailers shall be painted within seven days from date of delivery to the paint shop. ALL CLINs: The period of performance is: 120 days from date of award. Inspection and acceptance will be made by the Government. The Contract resulting from this solicitation will be a Firm Fixed Price (FFP) single award. REQUESTS FOR INFORMATION (RFI ™s) ARE TO BE SUBMITTED VIA EMAIL to kristi.likes@navy.mil received no later than 10:00 AM Pacific Standard Time (PST) on 18 September 2015. Post Award Contract Administration will be performed by NAVFAC SW ROICC Camp Pendleton, CA. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices. 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: https://acquisition.gov/far/index.html and www.acq.osd.mil/dpap/dars/dfarspgi/current/ 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 proposal not to be accepted by the Government. The following Clauses are applicable: FAR 52.204-3 Taxpayer Identification FAR 52.204-7 System for Award Management. FAR 52.204-8 Annual Representations and Certifications FAR 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your proposal. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a śfill-in. ť All applicable fields must be completed. Submit this provision with your proposal. 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 52.219-1 Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies. FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-38 Compliance with Veterans ™ Employment Reporting Requirements FAR 52.222-50 Combating Trafficking in Persons. FAR 52.222-99 - Notification Of Employee Rights Under The National Labor Relations Act FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-1 Buy American-Supplies FAR 52.225-5 Trade Agreements FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran “ Representation and Certification FAR 52.232-33 Payment by Electronic Funds Transfer ”System for Award Management. FAR 52.232-39 “ Unenforceability of Unauthorized Obligations. FAR 52.232-40 “ Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract claim. FAR 52.243-1 Changes- Fixed Price FAR 52.244-6 Subcontracts for Commercial Items FAR 52.246-4 Inspection of Services “ Fixed Price FAR 52.246-25 Limitation of Liability-Services FAR 52.249-4 Termination for Convenience of the Government (Services) FAR 52.249-8 Default (Fixed-Price Supply and Service) FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.204-0001 Line Item Specific: Single Funding DFARS 252.204-0006 Line Item Specific: Proration DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.243-7001 Pricing Of Contract Modifications DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items End of Clauses/Provisions. The wage determination setting forth the minimum prevailing wages, including fringe benefits, applicable to this procurement (U.S. Department of Labor Service Contract Act (SCA) is Wage Determination 05-2057 (Rev 17 dated 07/08/2015) [attached separately]. Proposals shall be submitted via email to kristi.likes@navy.mil. Reference solicitation number: N62473-15-R-4416 on all correspondence including RFI ™s and proposals. ALL proposals must be received no later than 10:00 AM (PST) on 22 September 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711G/N6247315R4416/listing.html)
 
Record
SN03888119-W 20150917/150916001425-c16dc40c94e983b7f8fc3d2ceb2fac20 (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.