|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1996 PSA#166199th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB NV 89191-7063 J -- PAINT AIRCRAFT REFUELER TRUCKS SOL F26600-96-QR386 DUE 090496 POC
Mr Willie J. Randolph, Contracting Officer, (702) 652-4379/FAX (702)
652-5405. Point of Contact: Mr. Willie J. Randolph, Phone #(702)
652-4379/ FAX (702) 652-5405. Quotations are due on or before: 4 Sep 96
at 4:30 PM PT. Description: The contractor shall provide all labor,
equipment, and materials to paint aircraft refueling vehicles. Work
shall include but is not limited to: preparing surface for a smooth
paint surface; repairing minor dents and scratches, bodyfiller not to
exceed one-quarter inch in thickness; and painting vehicles using
polyurethane paint, full gloss dark Green, number 14052, of Federal
Standard 595. Non-painted surfaces shall be protected from overspray.
The interior shall be free of overspray, paint dust, and filler dust.
Only the exterior of vehicles, to include all door jams, bumpers, and
wheels shall be painted. Paint shall be smooth with no runs, sags,
fisheyes, orange peal, dry spots, bubbles, or overspray. The refueler
trucks will be delivered by Nellis personnel. The contractor will be
notified one day prior to delivery of vehicles. The delivery of
vehicles will be made no further than 30 miles from the base. If the
contractor's facilities is beyond 30 miles of the Base, the contractor
shall be responsible for pick up and delivery of the vehicles. The
contractor shall have the vehicle for a period of eight (8) workdays
(excluding weekends and holidays). Vehicles will be inspected and
accepted, when completed, at time of pick up or delivery. Any rework
shall be accomplished at no cost to the Government. The contractor
shall inform vehicle maintenance within two (2) days when rework of
rejected vehicles has been completed. The contractor shall have no more
than two (2) vehicles in their possession at any given time. Rejected
vehicles will not be considered as part of these two vehicles. The
contractor shall sign a receipt for each vehicle on a DD 1149,
''Requisition and Invoice/Shipping Document'' provided by the
Government. Paint samples shall be submitted for approval prior to
start of contract. Warranty for all labor and materials will be 180
days. NOTE: The main cargo fuel tank will be delivered empty. The type
of fuel it contained is marked on the side of the tank, as classified
by the D.O.T. Motor Carrier Safety Regulation Markings (i.e. product
identification, ''Jet Fuel JP8''). The contractor will be responsible
to take every precaution necessary to ensure the vehicle is safe for
their employees to work on. As a minimum, the vehicles should be
grounded and the tanks purged if ANY welding or grinding is to be
performed on the vehicle. THIS IS A NOTICE TO THE CONTRACTOR THAT A
SERIOUS EXPLOSION HAZARD DOES EXIST! The contractor shall be
responsible for any permits and fee requirements in accordance with
local, state, and federal laws and regulations. Period of performance
will be eight (8) working days for each refueler. Offerors will bid on
the following item: CLIN 0001, Truck, Aircraft Refueler, R-11, 5,000
gal. 20 EA This is a combined synopsis/solicitation for commercial
services 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. This
solicitation (F26600-96-QR386) is issued as a Request for Quotation.
This procurement is reserved for small business concerns, utilizing the
size standard in FAR 19 under Standard Industrial Code 7532. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-32. The provision at
FAR 52.212-1, Instructions to Offerors-Commercial applies to this
solicitation. The clause at FAR 52.212-4, Contract Terms and
Conditions-Commercial Items applies to this solicitation. The clause at
FAR 52.212-5, Contract Terms and Conditions Required to Implement
Statues or Executive Orders-Commercial Items applies to this
solicitation. Specifically, the following cited clauses are applicable
to this solicitation: FAR 52.219-6, Notice of Total Small Business
Set-Aside, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36,
Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment
Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41,
Service Contract Act of 1965, As amended; 52.222-42, Statement of
Equivalent Rates for Federal Hires. In compliance with the Service
Contract Act of 1965, as amended and the regulations of the Secretary
of Labor, this clause identifies the classes of service employees
expected to be employed under the contract and states the wages and
fringe benefits payable to each if they were employed by the
contracting agency subject to the provisions of 5 USC 5341 or 5332.
THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION.
EMPLOYEE CLASS WG-8, MONETARY WAGE/FRINGE BENEFITS $15.40. The clauses
at FAR 52.246-4, Inspection of Services-Fixed Price and FAR 52.232-28,
Electronic Funds Transfer Payment Methods apply to this solicitation.
Wage Determination: Pursuant to the Service Contract Act of 1965, As
amended, Wage Determination No. 94-2331, Revision 6, Dated 4/23/1996
will apply to this solicitation/contract. Offerors must include with
their offer, a completed copy to the provisions at FAR 52.212-3,
Offerors Representation and Certification--Commercial Items. Award will
be based on the lowest priced offer from a responsible contractor in
accordance with FAR 9.104-1. Offers must be submitted in writing to the
point of contact indicated above. Award will be made on or about 11 Sep
96. All responsible sources may submit an offer, which, if timely
received will be considered by this agency. (0228) Loren Data Corp. http://www.ld.com (SYN# 0032 19960816\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|