Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2010 FBO #3025
SOLICITATION NOTICE

J -- Repair Body Damage to 2003 Freightliner Argosy Cab-Over Truck - RFQ

Notice Date
3/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 5 CONS, 211 Missile Ave, Minot AFB, North Dakota, 58705-5027
 
ZIP Code
58705-5027
 
Solicitation Number
F3C3L20053A001
 
Archive Date
3/31/2010
 
Point of Contact
Jeff W. Morris, Phone: 7017232853, Kathleen A. Kissinger, Phone: 7017234674
 
E-Mail Address
jeff.morris@minot.af.mil, kathleen.kissinger@minot.af.mil
(jeff.morris@minot.af.mil, kathleen.kissinger@minot.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4, Past Performance Attachment 3, Wage Determination Attachment 2, Statement of Work Attachment 1, RFQ Description: (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number F3C3L20053A001 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv) This acquisition is 100 percent set aside for small businesses. The North American Industry Classification System (NAICS) code is 811121 with a size standard not to exceed $7,000,000.00 (U.S.) (v) 0001- Repair body damage to (1) 2003 Freightliner Cab-Over Truck, in accordance with Statement of Work (SOW). (vi) See Attachment 1 (RFQ) and Attachment 2 (SOW) for services required. (vii) Place of delivery is Minot AFB, ND 58705 and is FOB destination. The required delivery date is NLT 23 Apr 2010. (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. Services: The government will award a firm-fixed price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the government; price and other factors considered. Award shall be based on best value to the government. The evaluation criteria to be used for this procurement are: price and past performance. Offerors must have past performance that is recent and relevant to this requirement; they will be evaluated on a pass or fail basis. Recent is defined as performance completed within the past three (3) years from the date of this solicitation. Relevant past performance includes performance of two (2) or more efforts involving large truck body and/or mechanical work, classified under the North American Industry Classification System (NAICS) code 811121 and valued at a minimum of $10,000. (1) The contractor shall provide a minimum of two (2) but no more than five (5) references for same or similar NAICS 811121 and valued at a minimum of $10,000.00 in their proposal. The Government reserves the right to limit the number of references it decides to review and/or contact, and to contact references other than those provided by the offeror. Past performance is equally as important as price. Offerors must complete Attachment 4 - Past Performance and return with RFQ sheet. (x) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at www.bpn.gov prior to submitting an offer. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.219-6, 52.219-28, 52.222-3, 19, 21, 26, 36, 41, 42, 43, 50, and 52.232-33. The Service Contract Act of 1965 is applicable. See Attachment 3 for applicable Wage Determination. (xiii) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xiv) A site visit will be held on 9 March 2010 at 2:00 pm CST (1400); during which all offerors will have the opportunity to view the equipment. Please contact the POC in paragraph (xvi) (at least 1 business day in advance) for base access procedures. (xv) All offerors must submit a quote by 3:00 pm Central Standard Time on Tuesday, 16 March 2010. Quotes received after that time may not be considered. The response to this solicitation may be sent by mail, electronically, or facsimile. The fax number is (701) 723-4172. If e-mailed, please e-mail to both contacts identified below. (xvi) Any questions regarding this notice should be directed to Jeff W. Morris, 5 CONS/LGCB, 211 Missile Avenue, Minot, ND 58705; phone: (701) 723-2853; email: jeff.morris@minot.af.mil). The alternate contact is Kathleen Kissinger; phone: (701) 723-4674; email: kathleen.kissinger@minot.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/5CONS/F3C3L20053A001/listing.html)
 
Place of Performance
Address: Minot AFB, Minot, North Dakota, 58705, United States
Zip Code: 58705
 
Record
SN02084310-W 20100307/100305235356-40ceeef044d6ab2c2e99a1337e5e92b4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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