Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2, 2001 PSA #2970
SOLICITATIONS

J -- TIRE AND WHEEL INSPECTION AND REPAIR

Notice Date
October 31, 2001
Contracting Office
Contracts Dept., MCLB, PO Drawer 43019, Albany, GA 31704
ZIP Code
31704
Solicitation Number
M67004-02-Q-0004
Response Due
November 19, 2001
Point of Contact
SSgt Boone, Contract Specialist, Code 891-2, (229)639-5768 or MSgt Beaulieu, (229)639-6734
Description
This is a combined synopsis/solicitation for commercial service 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Acquisition Circular 91-13. This action is restricted to small businesses and has a NAICS code of 421830. This solicitation has one CLIN with the purpose of issuing a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity Contract. The resulting contract shall consist of a base year and two, (1) year option periods. The Government will order a minimum of twenty- fiv e (25) tire and rim assemblies under this contract and a maximum of three thousand (3000). The following service is required for Government Owned MK48 Logistics Vehicle tires and rims: CLIN 0001: Contractor will be required to pick up and return tire and rim assemblies to the MCLB within (7) days of their receipt of the assemblies. Tires, size 16:00 X 21, inspect for serviceability per RS 08780A-50 and the following criteria. Three separate measurements shall be taken to determine overall tread wear. Outside edge, center, and inside edge shall be measured at the four, eight, and twelve o clock positions on the tires. Tread depth must measure or exceed 12/32 of an inch at all inspection points. Tires shall be determined unserviceable if they show evidence of cupping or chunking. Tires shall be determined unserviceable if they show evidence of cuts or breaks (regardless of le ngth or width) which extend into the tire fabric. Tires shall be determined unserviceable if they show evidence of bulges or tread separation on tire sidewalls. Tires marked unserviceable which can be restored to serviceable condition through the Bandag recapping process shall be retained by the Contractor for that purpose. The Government will provide new replacements for unserviceable tires. Tires found to be serviceable shall be remounted after rims have been refinished. Contractor shall use the established coding system designating the condition of tires mounted on each rim. The code is to be marked on the tread portion of the tire. The tread depth standard indicated above (12/32 ) was a change to the referred to specification. RIMS; Inspect rims and rim parts for cracks, bends, breaks or damaged mounting structures. Rims or parts exhibiting any of the above flaws shall be Government replaced 100% by contacting the pick-up point. DO NOT weld, heat, or braze any rim part or surface. Rims are to be abrasive blasted to remove all corrosion and old paint. Rims shall be primed with MIL-P-53022 Type 1, with aircraft thinner MIL-T-81772B Type 1. Paint rims black with waterborne carc paint (Sherwin Williams) and de-ionized water. Inspect O-ring locking grooves for burrs and/or damage. If locking grooves are damaged, the rim shall be replaced. O-rings and valve stems will be replaced 100% and will be provided by the Government when order is picked up. In addition to any and all standard commercial warranties, all work performed, and Contractor furnished materials provided under this contract, will be warranted by the Contractor for a period of twelve (12 months) or twelve thousand (12000) miles with all warranty work to be performed on s ite or alternate site at the Government s discretion. APPLICABLE PUBLICATION AND DRAWINGS, applicable publications and drawings will be provided by the customer to the Contractor. All work done under this contract will be performed in accordance with the following: Tire Inspection: RS-087880A-50, TM 2320-20/12 (TM 9-2320-297-24P). Paint/Primer Specifications: PRIMER- MIL-P*53022 TYPE 1. THINNER- MIL-T81772B TYPE 1. PAINT-SHERWIN WILLIAMS CO. mixed with deionized water. PACKAGING AND MARKING, PRESERVATION AND PACKAGING SHALL BE IN ACCORDANCE WITH STANDARD COMMERCIAL PRACTICE. All items shall be packed and packaged in such a manner as to insure against damage in transit and handling. Contractor must be able to complete the above listed services within (7) days after receipt of assemblies. The Period of Performance for the contract resulting from this solicitatio n shall include a base year from the time of award to 17 October 2002 and two option years. THE AWARD RESULTING FROM THIS SOLICITATION WILL BE AN INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT WITH A MINIMUM REQUIREMENT OF TWENTY-FIVE (25) AND A MAXIMUM REQUIREMENT OF EIGHT-HUNDRED (800). Delivery shall be F.O.B. Destination, MCLB Albany, GA 31704 with inspection/acceptance at destination. Delivery will be coordinated with requesting activity, after award. FAR Clauses/Provisions: 52.203-3, Gratuities, 52.212-1, Instructions to Offerors Commercial Items, 52.222-41 Service Contract Act of 1965, as amended; 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, A ffirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors Commercial Items and 52.212-3, Offeror Representations and Certifications Commercial Items. The offeror should also provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code (DUNS number) and Tax Identification Number. CONTRACTORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTER OR ACCEPT THE GOVERNMENT CREDIT CARD AS A FORM OF PAYMENT TO BE ELIGIBLE FOR AWARD. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written quotes and the above required information must be received at this office on or before 2 November 2001, at 1:00 PM Eastern STD. Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Base, Albany, GA, Contracting Dept.
Record
Loren Data Corp. 20011102/JSOL003.HTM (D-304 SN5119R7)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on October 31, 2001 by Loren Data Corp. -- info@ld.com