SOLICITATION NOTICE
23 -- Sandblast, Paint and Rino Lining for 2005 GMC/FORD Truck
- Notice Date
- 5/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
- ZIP Code
- 23521
- Solicitation Number
- H92242-12-T-0011
- Archive Date
- 6/16/2012
- Point of Contact
- Ruby Phillips, Phone: 757-763-4432, LaVerne L Whitfield, Phone: 757-763-4430
- E-Mail Address
-
ruby.phillips@navsoc.socom.mil, arethalia.whitfield@navsoc.socom.mil
(ruby.phillips@navsoc.socom.mil, arethalia.whitfield@navsoc.socom.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-12-T-0011. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-27, dated 17 Oct 2008 and DFARS Change Notice 20081020. The DPAS Rating for this solicitation is S1 It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811121. Naval Special Warfare Group 4 requests responses from qualified sources capable of providing the. following services. Performance shall meet the specifications outlined in the attached statement of work. CLIN 0001: San Blast, Paint and Rino Lining for 2005 GMC C7500 Overhaul Vin: 1GBM7E1C35F52495J CLIN 0002: San Blast, Paint and Rino Lining for 2005 GMC C7500 Overhaul Vin: 1GBM7E1C75F524586. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). FAR 52.239-19 Availability of Funds Clause. Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). Proposal shall include the pricing for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/.All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) The Government will award a 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. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provides the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1600 hours PM(Eastern Standard Time) on 1 Jun 2012. All questions shall be sent to the Contracting Officer, Ruby Phillips, at (757) 763-4432 or email ruby.phillips@nsweast.socom.mil SCOPE OF WORK Ford/GMC C7500 Trucks Special Boat Team 12 is requesting the following Scope of Work for our 10 Ton trucks currently in inventory. SBT-12 requires a maximum 3 week turn-around on all repair work on the trucks. •· Pressure wash entire vehicle to remove all dirt, debris, and grease. •· Sandblast Bed to achieve near white metal profile removing all Rhino liner, corrosion, and paint. •· Sandblast all undercarriage areas including frame, Rims, leaf springs, axles, differentials ect... to achieve near white metal profile removing all Rhino liner, corrosion, and paint. (To include the interior cab front and rear floor boards if required) If floor matting is installed, conduct inspection and repair / replace if required. •· Conduct inspection of entire truck and identify any and all metal area's that may require additional repair work due to corrosion (possibly cut out and replace metal in affected areas) and repair any and all dented areas. (To include the interior cab front and rear floor boards if required) •· Clean entire vehicle to remove any sandblast and/or byproducts left behind (To include the interior cab front and rear floor boards if required) •· Protect / Tape off all area's that do not need to be primed prior to applying first coat of primer. (To include the interior cab front and rear floor boards if required) •· Apply Epoxy primer (Corrosion Resistant) to all areas sandblasted Including Bed, under carriage, Suspension, and Rims. (To include the interior cab front and rear floor boards if required) •· Let the Epoxy primer set for 24 hours after applying first coat. (To include the interior cab front and rear floor boards if required) •· Prep and Sand Complete Cab including door jams with a finish of no less than 400 grit sandpaper (To include the interior cab front and rear floor boards if required) •· Light scuff all areas that have been primered with (Corrosion Resistant) Epoxy primer. (To include the interior cab front and rear floor boards if required) •· Protect /tape off all areas for paint. (To include the interior cab front and rear floor boards if required) •· Prepare and Clean entire truck with an authorized surface cleaning agent. (To include the interior cab front and rear floor boards if required) •· Paint Bed, Cab roof, Fuel Tanks, & Cab Steps with Anti-slip Poly-Urethane black top coat. (To include the interior cab front and rear floor boards if required) •· Paint cab Complete including door jams with Poly-Urethane Gray top coat (To match the original paint color of the truck) •· Replace Exhaust tubing from manifold to muffler and top coat with Anti-Slip Coating (Must be heat resistant and corrosion resistant) •· Reupholster 2 bucket seats and 1 bench seat •· Color sand and buff Cab hood and doors •· Detail clean entire truck (especially interior truck areas and conduct engine cleaning) remove any and all industrial debris, stickers (on glass areas), and other articles of the like. Report to SBT-12 any defective truck parts / areas after inspection points are achieved.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-12-T-0011/listing.html)
- Place of Performance
- Address: Special Boat Team Twelve (SBT12), San Diego, California, 92155, United States
- Zip Code: 92155
- Zip Code: 92155
- Record
- SN02752678-W 20120520/120519000736-6fae92a29018af1d9c6a81ac6fb0baae (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 |