Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 15, 2014 FBO #4555
SOLICITATION NOTICE

J -- Vehicle Corrosion Control

Notice Date
5/13/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325510 — Paint and Coating Manufacturing
 
Contracting Office
103 FW/MSC, Bradley ANG Base, 100 Nicholson Road, East Granby, CT 06026-9309
 
ZIP Code
06026-9309
 
Solicitation Number
F6FGAC4042A001
 
Response Due
5/22/2014
 
Archive Date
7/12/2014
 
Point of Contact
chris.reiser, (860) 292-2374
 
E-Mail Address
103 FW/MSC
(christopher.reiser@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The Solicitation Number is F6FGAC4042A001, Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-73 effective 29 April 2014; The North American Industry Classification System (NAICS) Code is 325510; the small business size standard is 500 employees. This acquisition is reserved for small business concerns. The Government anticipates award of a firm fixed price contact. The Air National Guard requires the corrosion control and repaint of 5-Ton trucks, 5-Ton trailers and TQG1612 generator sets. The Government requires a solution that is durable, reliable, economical, and energy efficient that meets all requirements of the Department of Defense (DOD), Air Force (AF) and National Guard Bureau (NGB). This requirement consists of furnishing all labor, expertise, equipment, materials, facilities, transportation, and appliances necessary to perform operations in connection with the corrosion control and repainting project at 103rd Air Control Squadron in Orange, CT. Period of performance is 8 months ARO. The requirement is as follows: ITEMDESCRIPTIONQTY CLIN 0001Perform corrosion control and refinishing of M900 series tactical 5-Ton trucks in accordance with Statement of Work (SOW), CPC Technical Bulletin, and Mil Specs.5 EA CLIN 0002Perform corrosion control and refinishing of M1061 series tactical 5-Ton trailers and TQG1612 generator sets in accordance with Statement of Work (SOW), CPC Technical Bulletin, and Mil Specs.7 EA This solicitation is a quote mark Best Value Selection quote mark. All proposals that meet evaluation factors will be considered. Please see attached document for details of requirements. Customer will be responsible to deliver and recover equipment to and from the vendor on dates and times to be agreed upon. Work will be performed incrementally to allow customer to maintain mission readiness. Award shall be made in the aggregate, all or none. Please provide quotes valid until 31 July 2014. The following provisions/clauses apply to this solicitation: FAR 52.222-41 Service Contract Act of 1965 - SCA Number:2005-3027 Revision 12, 19 June 2013 FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. FAR 52.212-2 Evaluation of Commercial Items 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. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The following factors shall be used to evaluate offers: (i) Past performance. (ii) Proximity of vendor to National Guard base in Orange, CT. (iii) Price. (iv) Turnaround time per vehicle. 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.209-6 Protecting the Government Interest 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification-Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 52.219-1 Small Business Program Representations 52.219-6 Notice Of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authoritites and Remedies 52.222-50 Combating Trafficking in Persons 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilites 52.223-3 Hazardous Material Identification And Material Safety Data 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-13 Certification of Toxic Chemical Release Reporting 52.223-14 Toxic Chemical Release Reporting 52.225-1 Buy American Act--Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.232-9002 Wide Area Workflow 52.233-2 Service Of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes - Fixed Prices 52.244-6 Subcontracts for Commercial Items 52.252-2 Clauses Incorporated By Reference 52.252-5 Authorized Deviations In Provisions 52.252-6 Authorized Deviations In Clauses 252.211-7005 Substitutions for Military or Federal Specifications and Standards 252.212-7001 Contract Terms and Conditions (Dev) 252.223-7001 Hazard Warning Labels 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials 252.232-7010 Levies on Contract Payments 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 Transportation of Supplies by Sea Alt III Clauses may be accessed electronically in full text through http://farsite.hill.af.mil To receive an award of contract the offeror must be actively registered with the System for Award Management (SAM), https://www.sam.gov/portal/public/SAM/, and at Wide Area Work Flow (WAWF) http://wawf.eb.mil. Please submit all questions or concerns pertaining to the solicitation to NO LATER THAN 22 May 2014 via email to elisha.arnau.mil@mail.mil. All responsible sources may submit a quote which will be considered by the agency, NO LATER THAN 29 May 2014, 12:00 PM, EST; quotes are to be provided by email. Points of contact: Contracting Specialist: TSgt Eli Arnau - elisha.arnau.mil@mail.mil Contracting Officer: MSgt Pablo Ravizzoli - pablo.l.ravizzoli.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06-1/F6FGAC4042A001/listing.html)
 
Place of Performance
Address: 103 FW/MSC Bradley ANG Base, 100 Nicholson Road East Granby CT
Zip Code: 06026-9309
 
Record
SN03364534-W 20140515/140514021606-599756af863e1e3c3bbba437ab3f911f (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.