Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2014 FBO #4527
SOLICITATION NOTICE

J -- 1994 Great Dane Maintenance (Seeker Test Van)

Notice Date
4/15/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0EB4083A002
 
Archive Date
4/30/2014
 
Point of Contact
LESLY TOUSSAINT, Phone: 8508820255
 
E-Mail Address
lesly.toussaint.4@us.af.mil
(lesly.toussaint.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Force Test Center, Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a Firm Fixed Price contract for maintenance on its Seeker Test Van (STV), 1994 Great Dane Model #: 7311TJW-53, as prescribed in the Statement of Work below. The required delivery date is 30 calendar days. 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; proposals are being requested and a written solicitation will not be issued. The announcement number is F1T0EB4083A002. The North American Industry Classification System (NAICS) code for this acquisition is 811198 with a size standard of $7.0 million. Please identify your total business size in your response based upon this standard. Evaluation will be based on Lowest Price Technically Acceptable, technical (capability of item offered to meet the government's needs) and price. Requirement: STATEMENT OF WORK For STV Maintenance 1.0 INTRODUCTION : 1.1 Background. The 782TS/RNWI has a requirement for maintenance on its Seeker Test Van (STV). The STV is a 1994 Great Dane model 7311TJW-53 semi-trailer is self-contained and is equipped to support seeker test missions. RNWI operates the STV at long distance remote locations that requires it be road worthy and travel in many environmental conditions. The STV requires maintenance to sustain this capability. 1.2 Scope : The aim of the completed maintenance is to make the van 100% operational and meet the customers’ needs at various local and remote DOD test location. The maintenance includes: Remove corrosion on the underside of chassis and apply protective coating. Replace rear door panels using existing hardware where applicable and new hardware where necessary; Conduct maintenance on the under-belly toolbox latches so they latch securely; Replace right rear landing gear; maintain the weathered flooring on back deck of trailer; Wash exterior and buff the paint. The contractor shall provide and install all necessary equipment, parts, and ensure that all are in 100% operational condition. The contractor shall give the government notification within 30 days of contract award to schedule the work. The government will have a minimum 3 days’ notice to deliver the van to the contractor site. The work shall be completed within 30 calendar days and the contractor will notify the government when it's ready to pick up. 2.0 APPLICABLE DOCUMENTS. T.O. 36-1-191 Technical and Managerial Reference for Motor Vehicle Maintenance 3.0 TECHNICAL REQUIREMENTS. The contractor shall accomplish the requirements of this delivery order through fulfilling the following specifications. 3.1 Maintenance to Van. The contractor shall ensure that the repairs meet the following specifications for the STV. 3.1.1 Underside of Van: Remove all corrosion and apply protective coating. 3.1.2 Rear Door Panels: Replace panels with new ones and use existing hardware where applicable and new hardware where necessary 3.1.3 Belly Boxes: Conduct maintenance on the under-belly toolbox latches so they latch securely 3.1.4 Right Rear Landing Gear: Replace right rear landing gear with a new landing gear assembly 3.1.5 Back Deck: Conduct maintenance on the weathered flooring on back deck of trailer to include replacing any parts necessary. 3.1.6 Exterior paint: Wash and buff the exterior paint 4.0 DATA DELIVERABLES. N/A 5.0 SPECIAL CONSIDERATIONS. 5.1 The maintenance shall be conducted at contractor’s facility 5.2 To be cost effective for government delivery, the maintenance shall be conducted within 50 miles of 303 N Seventh St, Eglin Air Force Base, FL 6.0 LABOR REQUIREMENTS. The period of performance for this delivery order is not to exceed 30 days from delivery to contractor’s facility. Acceptance of maintenance shall be in accordance with T.O. 36-1-191 Technical and Managerial Reference for Motor Vehicle Maintenance Note: The contractor is responsible for ensuring the end product meets all Government Criteria and Standards listed above. 7.0 Point of Contact is Robert Boyle, 782 TS/RNWI (850) 882-2881. (End of Requirement) The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-072 effective as of 30 January 2014, DFARS DPN 20140129 effective 29 January 2014, and AFFARS Revision #01, 12 June 2013. This agreement incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. The following provisions and clauses are applicable: · FAR 52.203-16, Preventing Personal Conflicts of Interest (Dec 2011) · FAR 52.204-7, Central Contractor Registration (Feb 2012) · FAR 52.204-8, Annual Representations and Certifications (May 2012) · FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) · FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) · FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) · FAR 52.212-1, Instructions to Offerors – Commercial (Feb 2012) · FAR 52.212-2, Evaluation, Commercial Items (Jan 1999) · FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (Apr 2012) · FAR 52.212-4, Contract Terms and Conditions-- Commercial Items (Feb 2012) · FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Execute Orders – Commercial Items (May 2012) · FAR 52.213-2, Invoices (Apr 1984) · FAR 52.217-8, Options to Extend Services (Nov 1999) · FAR 52.217-9, Option to extend the terms of the contract (Mar 2000) · FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) · FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2012) · FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Mar 2012) · FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) · FAR 52.222-26, Equal Opportunity (Mar 2007) · FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) · FAR 52.222-41, Service Contract Act of 1965, As Amended (Nov 2007) · FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) · FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) · FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) · FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) · FAR 52.228-5, Insurance – Work on a Government Installation (Jan 1997) · FAR 52.232-18, Availability of Funds (Apr 1984) · FAR 52.232-33, Payment by Electronic Funds Transfer - CCR (Jul 2013) · FAR 52.233-1, Disputes (July 2002) · FAR 52.233-3, Protest After Award (Aug. 1996) · FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) · FAR 52.237-3, Continuity of Services (Jan 1991) · FAR 52.247-34, F.O.B Destination (Nov 1991) · FAR 52.249-12, Termination (Personal Services) (Sep 2007) · FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) · FAR 52.252-6, Authorized Deviation in Clauses: http://farsite.hill.af.mil/vfdfara.htm — DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD; Officials (Sep 2011) — DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) · DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt A (Sep 2007) · DFARS 252.204-7007 Alt A, Annual Representations and Certifications Alt A (May 2012) · DFARS 252.204-7008, Export-Controlled Items (Apr 2010) · DFARS 252.211-7003, Item Identification and Valuation (Jun 2011) · DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items (May 2012), incorporating the following: · DFARS 252.225-7001- Buy American Act and Balance of Payments Program (Oct 2011); · DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); · DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998); · DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); Alt III · DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011); · DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); · AFFARS 5352.201-9101, Ombudsman (Nov 2012) · H-850 Local clause for WAWF · Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) · *Contract Number: FA2823-14-XXXX · *Delivery Order: TBD · *Issue Date: TBD · *Issue DODAAC: FA2823 · *Admin DODAAC: FA2823 · *Inspected By DODAAC/Ext: · *Ship To Code/Ext: · *Ship From Code: · *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Incorporated by full text: · DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Please provide a response to clause DFARS 252.209-7999 with your proposal. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in System for Award Management (SAM) ( https://www.sam.gov/portal/public/SAM ) before award can be made. All responses must be received no later than 11:59 A.M., Central Standard Time on 29 April 2014. Send all packages via email to Lesly Toussaint at lesly.toussaint.4 @us.af.mil. For questions, contact Lesly Toussaint at 850-882-0343 or by e-mail at lesly.toussaint.4@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/55f9bc923cc14a3e6bf7813e223ac2a2)
 
Place of Performance
Address: Eglin AFB, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03339356-W 20140417/140415235204-55f9bc923cc14a3e6bf7813e223ac2a2 (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.