SOLICITATION NOTICE
J -- Coach Bus Repair and Repaint - Performance Work Statement
- Notice Date
- 7/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- FA2860-12-T-0102
- Archive Date
- 10/1/2012
- Point of Contact
- Martin S. McIntosh, Phone: 240-612-5662, christopher r. castro, Phone: 2406125661
- E-Mail Address
-
martin.mcintosh@afncr.af.mil, christopher.castro@afncr.af.mil
(martin.mcintosh@afncr.af.mil, christopher.castro@afncr.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement for Coach Bus Repair and Repaint. 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 solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) No, FA2860-12-T-0102. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This requirement is 100% small business set-aside. The North American Industry Classification System code is 811121, with a business size standard of $7 M. CONTRACT LINE ITEM NUMBERS: CLIN 0001: 0001: Complete Refinish and Repainting of 5 Coach Buses QTY: 5 ea, UNIT PRICE:$ ________, TOTAL AMOUNT:$_________. Period of performance shall be the required time to complete the required tasks on all five (5) Coach Busses. All five (5) Coach busses are to be completed no later than 105 calander days after the 1st of 5 buses is picked up from LRS. Interested parties must submit clear documentation demonstrating the capabilities to satisfy the requirement specified in the attached performance work statement. The documentation shall include prices and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement. Transportation of buses to and from Andrews AFB is to be included in the estimate. Buses are to be picked up by the awardee by means of an escort onto Joint Base Andrews AFB. Each bus is to be returned once work is completed before the next bus will be picked up. The first bus (of 5) will be picked up at the LRS Maintenance Facility Located on Andrews AFB MD 20762, no later than 5 days after contract award. The interested parties must have the proper credentials (IAW Local, State, and Federal Laws) ensuring proper qualifications for the individuals transporting the busses to and from Joint Base Andrews. FOB is destination and the resulting contract will be a firm fixed price. Please see the Statement of Work as it is attached to this Solicitation. A site visit will be scheduled during the Solicitation phase of the procurement for the interested vendors to view the buses in need of repair and repainting ensuring all interested parties fully understand this procurement. The details of the site visit, once decided, will be posted as an Amendment to the Solicitation. Expected Date for site visit is between July 25, 2012 - August 1, 2012. Any prospective contractor must be registered in the Contractor Registration (CCR) in order to be eligible to attend the site visit as well as for award. FOB is destination and the resulting contract will be a firm fixed price. All questions from respected interested parties will be posted with answers by means of a second amendment to the Solicitation within 48 hours after question deadline. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial and addendum to FAR clause 52.212-1 applies to this acquisition are as follows: 52.214-31(f) (1) Fax Number (240-612-2176 (2) HP Laser Jet 3050, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFAS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluations-Commerical Items, applies to this acquisition. EVALUATION PROCEDURES. The Government intends to make a single purchase award to the responsible contractor whose quote will be the most advantageous to the Government. The Government will select the best overall offer based on Lowest Price Technically Acceptable (LPTA). Only those offerors determined to be in compliance with the requirement as stated in this solicitation will be considered for award. When evaluated, all evaluation criteria will be weighed equally. If additional information is required to support price fair and reasonableness, each offeror may be required to provide a hard copy of their price breakdown. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. The government also reserves the right to open each competitive offer for discussion if it is determined to be in the best interest of the government to do so. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition as follows: 52.204-7, 52.204-8, 52.204-9, 52.209-6, 52.214-31, 52.214-34, 52.214-35, 52.217-8, 52.217-9, 52.219-6, 52.223-11, 52.225-13, 52.228-8, 52.232-18,52.233-1, 52.233-3, 52.233-4, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6:(b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.204-7006, 252.232-7003, 252.232-7010, 252.243-7001, 252.212-7001 (DEV), 252.243-7001, 252.246-7000, 252.247-7023, ALT III, 5352.201-9101 (c): Col Timothy Applegate HQ AFDW/PK 20 1500 West Perimeter Rd, Suite 5750, Joint Base Andrews Md, 20762 phone #240-612-6111. FAR CLAUSE 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.222-3, 52.222-21, 52-222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-5, 52.232-33. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All quotes must be received by 12:00 pm. Eastern Standard Time (EST) on 13 August 2012. Quotes can be mailed to the 11 CONS/LGCBA 1500 W. Perimeter Rd, Suite 2780 Joint Base Andrews AFB, MD 20762, faxed to 240-612-2176 or e-mailed to martin.mcintosh@afncr.af.mil. An official authorized to bind your company shall sign and date the proposal. The deadline for QUESTIONS is Monday 13 August 2012 at 12:00 AM (EST). PROPOSALS are due by 20 August 2012 at 12:00 AM (EST) by email or fax. Point of Contact for this is Amn McIntosh: e-mail martin.mcintosh@afncr.af.mil ph:240-612-5662, Fax:240-612-2176. Facsimile offers will be accepted but EMAIL IS THE PREFERRED METHOD. If facsimile is used, prospective offerors are responsible for ensuring that the contracting specialist is in receipt of facsimile via phone or email confirmation. Please courtesy copy all questions and proposals to SSgt. Christopher Castro at christopher.castro@afncr.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0102/listing.html)
- Place of Performance
- Address: Joint Base Andrews, Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN02810214-W 20120722/120720235228-372764642239aa8eaffcc5ae25edc6bf (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 |