|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1998 PSA#2065354 CONS/LGCC, 3112 Broadway Ave Unit 5B, Eielson AFB, AK 99702-1887 J -- MAINTENANCE OF TRACK VEHICLES SOL F65503-98-Q0176 DUE 041598 POC
Buyer -- SSgt Jacobs, 907-377-6163; Contracting Officer -- TSgt Green,
907-377-2810 SCHEDULE: This is a combined synopsis/solicitation for
commercial items 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; quotes are being
submitted and a written solicitation will not be issued. This
solicitation is issued as a Request for Quote (RFQ) F65503-98-Q0176.
Quotes are due on or before 15 Apr 98, 3:00 p.m. AST. The solicitation
document and incorporated clauses and provisions are those in effect
through Federal Acquisition Circular 97-04. This requirement is set
aside for small business. The Standard Industrial Classification Code
is 7699, small business standard is $5 Million. SCOPE: Provide all
parts, labor, transportation, and facilities necessary to provide
maintenance checks and repairs on a total of five (5) tracked vehicles.
Four (4) of these vehicles are GT-800 GO-TRACTS, made by Universal
Canadian Foremost. These vehicles are powered by diesel engines, and
are in the 13,000-pound class. The fifth vehicle is a Nodwell 60.
Performance period is from award date to 30 Sep 98. Offers will be
submitted in the following format, with unit and extended prices. ITEM
# DESCRIPTION EST. QTY UNIT UNIT PRICE EXTENDED AMOUNT 0001 Minor
Maintenance 10 EA $__ __ ____ $__ __ ____ off base 0002 Minor
Maintenance 10 EA $__ __ ____ $__ __ ____ on base 0003 Hourly Rate
Charge 400 HR $__ __ ____ $__ __ ____ for TDQ and repair time 0004
Reimbursable Materials ESTIMATED $20,000.00 TOTAL OF LINE ITEMS 1001 --
1004 $__ __ ____ Note 1: Only one award will result from this
solicitation. Failure to quote on all line items will result in
rejection of your quote. Note 2: All extensions of the unit price shown
will be subject to verification by the government. In case of a
variation between the total price and the unit price, the unit price
will be considered to be the quote. MAINTENANCE CHECKS: Minor
maintenance servicing. Line item(s) 0001 and will be accomplished
approximately once each quarter. Frequencies can be lesser or greater
than once per quarter based on vehicle usage and government needs as
determined by the contracting officers designated representative. The
price for item 0002 will be for contractor on-site minor maintenance
servicing. The price for item 0001 will be for the government
delivering all vehicles to the contractor's facility for minor
maintenance servicing. (i) Minor Maintenance Servicing includes level
and operational checks, and operating checks, of oil, coolants,
hydraulics, transmissions fluids, track alignment, track adjustment,
belts, battery electrolyte level, windshield wiper fluid, and wiper
blade checks. The contractor will be required to bring fluid levels to
manufacturer's recommended operating levels, replace belts cracked or
worn, replace worn wiper blades, and provide a vehicle condition
report for recommendations for repair for all other findings. (ii)
Incidental material charges to perform line items 0001 and 0002;
operating fluids, wiper blades and belts will be reimbursed using line
Item 0004 at actual invoice cost less any discounts received,
including quantity, dealer, etc. (iii) Prices will reflect all costs;
profit overhead, material, etc. Except the material reimbursable as
listed in ii. (iv) A Condition Report will be accomplished for all
vehicles receiving minor maintenance servicing. The report will
identify all minor maintenance servicing accomplished. The condition
report will provide any other recommended maintenance or repair. An
estimate of the recommended repair is not required during minor
maintenance servicing. (v) Minor maintenance servicing frequencies may
be increased or decreased based on Range Maintenance requirements. The
contractor will call the contracting officers designated representative
to verify servicing for the quarter not later than 5 workdays prior to
scheduled arrival. For all other frequency arrangements, the
contracting officer's designated representative will call the vendor to
schedule minor maintenance servicing not later than 5 workdays prior to
arrival date. Quarters are APR-JUN, and JUL-SEP. (vi) In no event will
minor maintenance servicing be required if three (3) or less vehicles
are available to the government, unless the contractor agrees to the
government's request and at the bid schedule price. This provision
applies to onsite minor maintenance servicing. (vii) For onsite minor
maintenance servicing, vehicles will be centrally located at Eielson
AFB. Building number 3405 is the designated servicing locating.
REPAIRS: Other repairs and maintenance not required during minor
maintenance servicing will be as authorized by the contracting officers
designated representative. (i) All repairs, including those recommended
during minor maintenance servicing, will require authorization to
proceed with repair(s). If necessary to develop a repair estimate, a
Tear Down and Quote (TDQ) authorization for the repair must be also
obtained from the contracting officers designated representative before
starting. The TDQ charge will be at the hourly rate listed in the
contract as line item 0003. The final repair estimate resulting from
the authorized TDQ must be approved by the contracting officers
designated representative prior to work proceeding. The actual repair
work will also be billed from line item 0003. All materials to
accomplish repair shall be billed as reimbursable under line item 0004
(ii) The contractor will be required to provide a TDQ estimate within
five (5) working days after the vehicle is dropped of at the
contractor's facility. The time to do the actual approved repair should
be provided with the TDQ for the approval by the contracting officers
designated representative. (iii) The TDQ will provide cost of repair
and the approximate time to complete all repairs. (iv) The government
reserves the right not to proceed with any repair work. In the event
the government does not proceed with repair, the authorized TDQ work
will be paid at the hourly contract bid price, line item 0003.
ENVIRONMENTAL COMPLIANCE: The contractor will be required to operate in
accordance will all Federal, state, and local laws throughout the life
of the contract. (i) For off base repair or minor maintenance
servicing, the contractor is responsible to maintain its facility
within all legal requirements. (ii) On-base minor maintenance servicing
will require the contractor to perform servicing in an environmentally
friendly manner to prevent over spills, dripping, and prevent any
hazardous materials from being used for other than its intended purpose
or contaminating work area. (iii) The government will provide spill
pads. The contractor and contracting officers designated representative
will coordinate ensuring spill pads are available prior to work
commencing. The contractor will be required to place spill pads in
areas where fluid or other spilling, dripping, may occur. (iv) The
government will provide a disposal bin for wiper blades, spill pads,
belts, etc., replaced during minor maintenance servicing. (v) The
government will provide a central location at Eielson AFB when minor
maintenance servicing will be done on-site. The pads will be located at
this site. (vi) The government will dispose of spill pads and other.
The contractor will remove all other hazardous materials like
anti-freeze, oil, and other contaminants, etc., brought on to base for
minor maintenance servicing. PROVISIONS AND CLAUSES -- The following
FAR provisions are applicable to this acquisition: 52.212-1,
Instruction to Offerors -- Commercial Items; 52.212-4, Contact Terms
and Conditions -- Commercial Items; 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items [Specifically -- (b)(1); (b)(2); (b)(3); (b)(6);
(b)(7); (b)(8); (b)(9); (b)(17); (c)(1); (c)(2); (c)(4)]; 52.211-8,
Variation in Estimated Quantity; 52.219-6, Notice of Total Small
Business Set-Aside; 52.232-33, Mandatory Information for Electronic
Funds Transfer Payment; 52.245-4, Government-Furnished Property (Short
Form). The following DOD FAR provisions are applicable to this
acquisition: 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items; 252.225-7001, Buy American Act and
Balance of Payments Program; 252.225-7035, North American Free Trade
Agreement Implementation Act.. WAGE DETERMINATION -- Pursuant to the
Service Contract Act of 1965, As Amended, Wage Determination No.
94-2017, Revision No. 12, Dated 07/02/97 applies to this acquisition.
REPRESENTATIONS AND CERTIFICATIONS -- Quoters must include with their
quote a completed copy of the provisions at FAR 52.212-3, Offerors
Representation and Certification -- Commercial Items. BASIS OF AWARD --
Award will be made based on price and other price related factors.
Quotes must be submitted in writing to 354 CONS/LGCV, 3112 Broadway
Ave, Unit 5B, Eielson AFB AK 99702. Award will be made on or about 15
Apr 98. All responsible sources may submit a proposal, which, if timely
received will be considered by this agency. Numbered Note 1 applies.
Requests or questions can be faxed to SSgt Jacobs at 907-377-6163.
(0089) Loren Data Corp. http://www.ld.com (SYN# 0051 19980402\J-0002.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|