SOLICITATION NOTICE
R -- Repainting of Army Equipment
- Notice Date
- 8/6/2020 5:41:37 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- W7M2 USPFO ACTIVITY FL ARNG ST AUGUSTINE FL 32085-1008 USA
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN-20-Q-0023
- Response Due
- 9/7/2020 9:00:00 AM
- Archive Date
- 09/22/2020
- Point of Contact
- Rutha T Lawrence, Phone: 9048230559, ERIKA JOHN, Phone: 9048230566
- E-Mail Address
-
rutha.t.lawrence.civ@mail.mil, erika.l.john2.civ@mail.mil
(rutha.t.lawrence.civ@mail.mil, erika.l.john2.civ@mail.mil)
- Description
- Description of requirement: The Florida Army National Guard (FLARNG) requires painting of Tactical Wheeled Equipment, to include minor repair as needed to damaged fiberglass and metal. Configurations required for painting are listed on attached document.��The work shall bring the equipment back to original or near original standards and ensure uniformity of appearance and protection. The contractor shall provide all labor and materials to complete the work in accordance with the statement of work; applicable Army and industry standards; and in a professional manner with quality workmanship.� This award is subject to availability of funding. Place of performance will be at the�Contractor�s facility. Equipment location: See attached list Performance Standards: In accordance with applicable Statement of Work and references, perform minor repair as needed and prepare, prime, and apply MIL-DTL-53039E TYPE IX PPG CARC PAINT in Green will be applied to interior and exterior of equipment in a woodland camouflage, and mark equipment in accordance with regulations. The Contractor shall ensure work is done in accordance with regulations, and is in compliance with all OSHA requirements. Equipment will be transported to and from contractor�s facility for painting. Delivery of equipment will be scheduled with contractor and all work must be completed NLT 29 January 2021. Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors--- Commercial, applies to this acquisition. Award will be made based on the offer of lowest evaluated price that is technically acceptable to the government using evaluation procedures found in FAR part 13, Simplified Acquisition Procedures (SAP) under FAR Subpart 13.5�Test Program for Certain Commercial Items. Provision for Evaluation: Award will be made to the competent contractor whose offer represents the Best Value to the Government. To be considered competent, the offeror must produce sufficient evidence to demonstrate the ability to do the required work in accordance with regulations. In accordance with FAR Subpart 13.106- 1, the Government will consider the following for award: 1) Best Value.� The offeror must demonstrate in the offer the capability to meet all contract requirements. The Government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror�s initial quote should contain the offeror�s best terms from a cost or price standpoint. Do not assume you will�have the opportunity to clarify, discuss or revise your offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Contract Line Item Numbers (CLINs): THERE ARE ONLY TWO (2) CLINS 0001 - Prepare and Paint in accordance with Statement of Work and references, various tactical vehicles���$___________� TOTAL �0002 - Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see Statement of Work) or indicate �No Charge�.��$___________TOTAL GRAND TOTAL FOR 001 & 002� $______________ The following clauses and provisions apply to this acquisition: 52.219-6 Notice of Small Business Set-Aside; 52.219-28 Post-Award Small business Program Representation; FAR 52.204-1 Approval of Contract (by local legal advisor); FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.212- 1 Instructions to Offerors--Commercial Items; FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.232-18, Availability of Funds; 52.233-3 Protest after award; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the following applicable clauses in paragraph (b): FAR 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer � Central Contractor Registration; FAR 52.232-36, Payment by Third Party (Notice: Contractor may be paid with Government Visa if requested); FAR 52.222-41 -- Service Contract Act of 1965, as Amended (see www.wdol.gov for wage Applicable SCA Wage Determination to be incorporated into contract, depending on location of contractor�s facility); FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires (05310 Painter WG 9; 31363 Heavy Truck Driver WG 8; 23370 Sand Blaster-General Maintenance Worker WG8); FAR 52.246-4, Inspection of Services -- Fixed-Price; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). (This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text); DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.204-7004 Required Central Contractor Registration Alternate A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes and Executive Orders�Commercial Items, with the following clauses incorporated by reference; FAR 52.203-3, Gratuities; DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests (Notice: The Florida Army National Guard is not currently set up for Electronic Submission of Payment Request. The contractor shall follow normal invoicing procedures outlined in FAR 52.212-4. The requirement for Wide Area Workflow [WAWF] may be added during the performance of the contract and instructions for submission of invoices will be provided); DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea; Note: The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil. Notice: Contractor performance may be evaluated in accordance with policy at FAR 42.1502. Insurance: In accordance with FAR 28.307-2, the contractor shall be required to comply with applicable Federal and State workers� compensation and occupational disease statutes. SCHEDULE OF REQUIRED INSURANCE Workmen's compensation and employer's liability insurance in compliance with applicable state statutes, with a minimum employer�s liability coverage of $100,000.00. Comprehensive general liability insurance for bodily injury in the minimum limits of $500,000.00 per occurrence. Property damage in the amount of $500,000.00 per occurrence. Comprehensive automobile insurance covering the operation of all automobiles used in connection with the performance of the contract in the minimum limits of $200,000.00 per person and $500,000.00 per accident for bodily injury and $20,000.00 per accident for property damage.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dab1ff4ea8094f7888474cc238880492/view)
- Place of Performance
- Address: Starke, FL, USA
- Country: USA
- Country: USA
- Record
- SN05747813-F 20200808/200806230150 (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 |