Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2012 FBO #3791
SOLICITATION NOTICE

J -- Commercial Maintenance Service Contract - RFQ W/ PWS / 01-SOLICITATION

Notice Date
4/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps RCO - National Capital Region, 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
M00264-12-T-0127
 
Archive Date
5/5/2012
 
Point of Contact
Ann Renee Branham, Phone: 7034321085
 
E-Mail Address
ann.branham@usmc.mil
(ann.branham@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Motor Transport Vehicle Maintenance Service Motor Transport Vehicle Maintenance Service THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. An additional solicitation will not be issued. Solicitation number M00264*12-T-0127 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. FAR 13.5 procedures will be utilized. This solicitation is SET-ASIDE FOR A SMALL BUSINESS. The North American Industrial Classification System (NAICS) code for this requirement is 811111. This solicitation is to obtain bids for a Commercial Vehicle Maintenance and Repair Services Contract. The period of performance shall be for a basic period of twelve (12) months with provisions for two (2) one-year option periods to be exercised as the discretion of the Government per FAR 52.217-9, Option to extend the term of the contract, FAR 52.217-8, Option to extend service. The proposed costs for options will be evaluated in accordance with the FAR Clause 52.217-5 evolutions of options. BASE: 1 JUNE 2012 thru 31 MAY 2013; FIRST OPTION: 1 JUNE 2013 thru 31 MAY 2014; SECOND OPTION: 1 JUNE 2014 thru 31 MAY 2015. PLEASE SEE ATTACHED PERFORMANCE WORK STATEMENT. VEHICLES TO BE MAINTAINED INCLUDE: The Motor Transport Division (MTD) maintains forty-nine (49) GSA and Marine Corps Owned Fleet Management System vehicles located aboard Joint Base Anacostia. The vehicles are in two vehicle groups as follows: GROUP I VEHICLES: General repair and service of diesel and gasoline vehicles and small engines (to include: Leaf blowers, John Deer 4 X 4) with a Gross Vehicle Weight Rating (GVWR) of 12,499 pounds and under. GROUP II VEHICLES: General repair and service of diesel and gasoline engine vehicles with a Gross Vehicle Weight Rating (GVWR) of 12,500 pounds and over. ITEM 0001 - Vehicle Labor and Maintenance The contractor shall provide the following necessary to accomplish the work under this contract. (a) All labor; (b) Proper facilities to complete repairs (c) Motor vehicle Engine diagnostic and testing equipment; (d) All power and hand tools; (e) Safety stands, jack stands, and vehicle jacks capable of supporting Group I & Group II vehicles; (f) Pneumatically-operated chassis lubrication equipment; (g) Containers necessary for the temporary storage of used engine coolant, used oil, used filters, and cleaning solvents. Containers, storage and disposal procedures must be in accordance with EPA, OSHA, and any other Federal, State, local, and host activity regulations. (h) The most current Motor's Parts and Time Guide(s), Professional Services Trade Guide, to include the "Truck and Van Labor Time Guide" and the "Heavy Truck Labor Time Guide"; (i) Tire changer and computer spin balancer for Group I vehicles; and balancing of Group II vehicles (Balancing of Group II tires may be sub-contracted) (j) All greases, oils (re-refined and virgin), and lubricants; (k) Front-end wheel alignment equipment for Group I and II vehicles (l) Tire tools for Group I and Group II vehicles; (m) Battery/Starter/Charging System Test Equipment; (n) Hydraulic brake bleeding equipment; (o) Disk & drum brake lathe(s) for Group I and II vehicles (p) Repair parts; (q) Towing equipment ITEM 1001 (OPTION) Vehicle Labor and Maintenance The contractor shall provide the following necessary to accomplish the work under this contract. (a) All labor; (b) Proper facilities to complete repairs (c) Motor vehicle Engine diagnostic and testing equipment; (d) All power and hand tools; (e) Safety stands, jack stands, and vehicle jacks capable of supporting Group I & Group II vehicles; (f) Pneumatically-operated chassis lubrication equipment; (g) Containers necessary for the temporary storage of used engine coolant, used oil, used filters, and cleaning solvents. Containers, storage and disposal procedures must be in accordance with EPA, OSHA, and any other Federal, State, local, and host activity regulations. (h) The most current Motor's Parts and Time Guide(s), Professional Services Trade Guide, to include the "Truck and Van Labor Time Guide" and the "Heavy Truck Labor Time Guide"; (i) Tire changer and computer spin balancer for Group I vehicles; and balancing of Group II vehicles (Balancing of Group II tires may be sub-contracted) (j) All greases, oils (re-refined and virgin), and lubricants; (k) Front-end wheel alignment equipment for Group I and II vehicles (l) Tire tools for Group I and Group II vehicles; (m) Battery/Starter/Charging System Test Equipment; (n) Hydraulic brake bleeding equipment; (o) Disk & drum brake lathe(s) for Group I and II vehicles (p) Repair parts; (q) Towing equipment ITEM 1002 (OPTION) Vehicle Labor and Maintenance The contractor shall provide the following necessary to accomplish the work under this contract. (a) All labor; (b) Proper facilities to complete repairs (c) Motor vehicle Engine diagnostic and testing equipment; (d) All power and hand tools; (e) Safety stands, jack stands, and vehicle jacks capable of supporting Group I & Group II vehicles; (f) Pneumatically-operated chassis lubrication equipment; (g) Containers necessary for the temporary storage of used engine coolant, used oil, used filters, and cleaning solvents. Containers, storage and disposal procedures must be in accordance with EPA, OSHA, and any other Federal, State, local, and host activity regulations. (h) The most current Motor's Parts and Time Guide(s), Professional Services Trade Guide, to include the "Truck and Van Labor Time Guide" and the "Heavy Truck Labor Time Guide"; (i) Tire changer and computer spin balancer for Group I vehicles; and balancing of Group II vehicles (Balancing of Group II tires may be sub-contracted) (j) All greases, oils (re-refined and virgin), and lubricants; (k) Front-end wheel alignment equipment for Group I and II vehicles (l) Tire tools for Group I and Group II vehicles; (m) Battery/Starter/Charging System Test Equipment; (n) Hydraulic brake bleeding equipment; (o) Disk & drum brake lathe(s) for Group I and II vehicles (p) Repair parts; (q) Towing equipment These items are in support of the Motor Transport Division (MTD), Marine Barracks Washington, D.C. The basis of award will be Lowest Price Technically Acceptable(LPTA) to the Government (FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999)). This solicitation is for all or none. Please include company's cage code and tax ID. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.202-1 Definitions; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-1 Addendum; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.204-7 Central Contractor Registration; FAR 52.217-5 Evaluation of Options; FAR 52.237-2 Protection of Government Buildings, Equipment, And Vegetation; FAR 52.242-15 Stop Work Order; FAR 52.243-1 Changes--Fixed Price; FAR 52.252-1 Solicitation Provisions Incorporated By reference; DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7003 Electronic Submission of Payment Requests; These items are in support of the Motor Transport Division (MTD), Marine Barracks Washington, D.C. The basis of award will be Lowest Price Technically Acceptable(LPTA) to the Government. This solicitation is for all or none. Please include company's cage code and tax ID. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items â€" with the following Addendum 1: change paragraph ( c ) to reflect verbiage as found in DFARS clause 252.243-7001; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7003 Electronic Submission of Payment Requests; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items â€" the following clauses are applicable with this clause, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, and 52.232-33; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items â€" the following clause is applicable with this clause â€" 252.225-7001. Quoters are required to be registered in the Central Contractor Registration (CCR) and submit their DUNS Number and CAGE (Commercial and Government Entity) code with their quote. Quoters must agree to register in WAWF (Wide Area Work Flow) for electronic payment. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Quoters must be registered and have an active CCR record prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items â€" the following clauses are applicable with this clause, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, and 52.232-33; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items â€" the following clause is applicable with this clause â€" 252.225-7001. All responsible sources may submit a response which, if received by closing, must be considered by the agency. Contact information (Company Name & Address, Phone Number, POC) must be provided for one source, commercial or government, that is similar in scope to this requirement. The closing date for this solicitation is 20 April 2012 at 9:00 am EST. Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to ann.branham@usmc.mil or fax to (703) 784-3592. No notes. Any questions concerning the Solicitation must be received No Later Than 11 April 2012 at 9:00 a.m. (EST) to Ann Renee Branham. You may submit your written queations via email to the following address: ann.branham@usmc.mil. NOTE: Any questions received after this date will not be considered or accepted. Amendments/Responses to questions concerning the Solicitation will be posted on 16 April 2012. Any questions after that date will not be answered. Please submit your technical and cost quote on or before 9:00 a.m. (EST) 20 April 2012. Due to the firewall at Quantico, please be advised that it is the quoter's responsibility to ensure that all electronic submittals are received by the contracting Officer on or before 9:00 a.m. (EST) 20 April 2012. The closing date for this solicitation is 20 April 2012 at 9:00 am EST. Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit your quote to ann.branham@usmc.mil or fax to (703) 784-3592. No notes. All proposals shall be aubmitted to the following address, unless the offeror elects to provide an electronic submission to ann.branham@usmc.mil or angel.rodriguez@usmc.mil : Regional contracting Office NCR 2010 Henderson Road Quantico, virginia 22134-5001 ATTN: Ann Renee Branham
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-12-T-0127/listing.html)
 
Place of Performance
Address: Joint Base Anacostia, 2859 Defense Blvd SW Bldg 400A, Washington, District of Columbia, 20373, United States
Zip Code: 20373
 
Record
SN02716851-W 20120411/120409234441-ac91f3fb99c458f8af517e89542f0390 (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.