Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2020 SAM #6729
SOLICITATION NOTICE

J -- Vehicle and Equipment Maintenance, Repair and Alterations for NAVFAC Mid-Atlantic Hampton Roads

Notice Date
4/30/2020 1:39:24 PM
 
Notice Type
Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R0012
 
Response Due
5/11/2020 11:00:00 AM
 
Archive Date
05/26/2020
 
Point of Contact
Whitney Weireter, Phone: 7573411645, LeeArjetta W. Hamilton, Phone: 7573411971, Fax: 7573410079
 
E-Mail Address
whitney.weireter@navy.mil, leearjetta.hamilton@navy.mil
(whitney.weireter@navy.mil, leearjetta.hamilton@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0002: This Amendment is issued to include new information regarding Section M.2, Evaluation Factors. All other terms and conditions remain unchanged. The intent of this solicitation is for a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Non-Recurring services to provide Vehicle and Equipment Maintenance, Repair and Alterations for NAVFAC Mid-Atlantic�s Hampton Roads Area of Responsibility (AOR). NAVFAC MID-ATLANTIC�S HAMPTON ROADS AOR: Naval Station Norfolk, Norfolk, Virginia; Naval Air Station Oceana, Virginia Beach, Virginia; Naval Weapons Station Yorktown, Yorktown, Virginia; Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia; and various locations in the Hampton Roads Area of Virginia. GENERAL WORK REQUIREMENTS: Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment required to provide a significant number of the services described in the Performance Work Statement (PWS). The services include: disassemble, reassemble, inspection, cleaning, adjustments, replacement of parts, body damage repairs, straightening, welding, alignment, tire and rim replacement, windshield replacement, wood replacement, upholstery, refinishing, spray painting, corrosion control, test as applicable to correct defective item(s), electrical and battery systems, air conditioning systems, hydraulic systems, electronic and drive systems of Government automotive vehicles of the following sample types. Vehicles and equipment includes: sedans, buses, dump trucks, stake body trucks, station wagons, carry-alls, pick-up trucks, vans, forklifts, road tractors, fire trucks, ambulances, and various construction equipment shall be included in this contract. The vehicles range in size from 1/4 ton to 40 tons, from 1967 model year until the current model year. (See J-1700000-01 and J-1700000-02 for a list of vehicles by ECC Codes). The vehicles and equipment listed in J-1700000-02 are for corrosion control and painting only. No mechanical work will normally be done on the J-1700000-02 identified vehicles. The Government will provide transportation to and from the Contractor�s repair facility for those vehicles at no cost to the Contractor. This information is provided to represent the type of vehicles normally used. The Government reserves the right to change the types and quantities of vehicles that shall be serviced throughout the contract term at no additional cost to the Government. Typical manufacturers include Chevrolet, Dodge, Ford, International, GMC, Chrysler, Plymouth, Nissan, Jeep, Harlan, Allis, Northwest, Mitsubishi, Caterpillar, Yale, Clark, Hyster, Wiggins, AC, LiftKing, PWR Lift, Drexel, Mercury, Pettibone, etc. Original design or functional capabilities of the vehicle and parts may be modified upon Government request and approval. The solicitation listed herein is a Small Business concern.�The proposal due date shall be May 11, 2020. (Contractors - Technical inquiries must be submitted in writing to Whitney Weireter (whitney.weireter@navy.mil) 10 days prior to the RFP due date.� The site address is https://beta.sam.gov.� Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the Beta SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/ .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca5780ac996c4ddeb2793ce91435e8fc/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05641060-F 20200502/200430230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.