SOLICITATION NOTICE
J -- Mechanic Services Southwest Engine Academy - Package #1 - Wage Determination
- Notice Date
- 12/15/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- Department of Agriculture, Forest Service, R-3 Southwestern Region/Coronado NF, Federal Building, 300 West Congress, Tucson, Arizona, 85701, United States
- ZIP Code
- 85701
- Solicitation Number
- AG-8197-S-15-0001
- Archive Date
- 1/22/2015
- Point of Contact
- Mark Hostetler, Phone: 520-388-8312, Delia J. Gastelum, Phone: 5203888313
- E-Mail Address
-
mhostetler@fs.fed.us, dgastelum@fs.fed.us
(mhostetler@fs.fed.us, dgastelum@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Service Contract Act Wage Determination Attachments 1 through 6 including: Statement of Work, Instructions to Offerors, Experience Questionnaire, Checklist of Mandatory Technical Capabilities, Service Truck Equipment Requirements, Pricing Schedules 1. The Coronado National Forest, Tucson, Arizona, is soliciting quotes for mechanic services that include a service truck and specialized diagnostic equipment to be utilized in the inspection, maintenance, and possible repair of Forest Service fleet water handling equipment and support vehicles. The biennial Southwest Engine Academy is held for 10 to 12 days at the Phoenix Fire Training Academy located at 2425 W Lower Buckeye Rd Phoenix, Arizona 85009. The facility is a joint-use complex that is shared by the Phoenix Police Department Training Section and the Phoenix Fire Department Training Section. The facility covers roughly 45 acres and has an 11 acre asphalt driving track, a burn building including a six story tower, numerous burn vehicles, and 2 classrooms. On-site mechanic service duty days for the base year performance period will be from February 8, 2015 through February 18, 2015 with February 15 as a designated day off. There will be approximately 28 to 36 fire engines, 6 crew buggies, and 10 support vehicles that require mechanic support services as outlined in an attached statement of work to this solicitation. 2. The government contemplates awarding a single fixed price contract to the successful Offeror for the base year performance period (2015) plus up to 4 option years (2016-2019). The total length of this contract shall not exceed 5 years. The exercise of any of the option periods is solely at the discretion of the Contracting Officer and will be based on availability of funds and the actual recurring needs of the government for this service. 3. The actual dates for the Option Year 1-4 performance periods have not been determined; however, the estimated performance period for each option year should be at least 10 but no more than 12 consecutive calendar days. The government may not exercise Option Year 1 or Option Year 3 unless funding and a bona fide need arises to conduct the Southwest Engine Academy in successive years. 4. Price quotes are to be submitted on the attached Schedule of Items to Coronado National Forest, Room 5F, 300 W. Congress, Tucson, AZ 85701 or faxed to 520-388-8332 or emailed to mhostetler@fs.fed.us by close of business January 7, 2015. 5. Note: 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. 4. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-78 effective November 25, 2014. 6. This acquisition is set aside for 100% for small businesses. The North American Industry Classification System (NAICS) code is 811111 with a size standard of $7.5 million. 7. Offerors must utilize the attached Schedules of Services (5 schedules) when submitting price quotes for each of the performance periods. In addition, submit the attached Checklist of Mandatory Technical Capabilities and Experience Questionnaire with the price quotes. 8. Price range for this service for the potential 5-year term of the contract is between $50,000 and $100,000. 9. Offerors must include a DUNS number, a completed copy of FAR 52.212-3 Offeror Representations and Certifications, Commercial Items, and be registered as a vendor in SAM (System for Award Management). 10. FAR 52.212.2 Evaluation, Commercial Items is applicable with the following factors used to evaluate quotes: Price, Technical Conformity to Specifications (see Checklist of Mandatory Technical Capabilities), and Past Performance (see Experience Questionnaire). 11. The following clauses are incorporated as reference and can be downloaded in their entirety at www.acquisition.gov/far: FAR 52.212-1 Instructions to Offerors, Commercial Items, and FAR 52.212-4 Contract Terms and Conditions, Commercial Items. 12. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items include: FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.222-99 Establishing a Minimum Wage for Contractors; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment. 13. All responsible sources may submit a quotation which shall be considered by the Forest Service. The offer/quotation that is most advantageous to the Government, based on the factors contained in this solicitation, will be selected for award. 14. A single award is contemplated; however, the Government reserves the right to decrease or increase quantities as well as exercise or not exercise performance period options in accordance with pricing, bona fide need, and availability of funds.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/8197/AG-8197-S-15-0001/listing.html)
- Place of Performance
- Address: 2425 W. Lower Buckeye Road, Phoenix, Arizona, 85009, United States
- Zip Code: 85009
- Zip Code: 85009
- Record
- SN03595909-W 20141217/141215234404-5d5a7d3c6c8206d7a7972fa39f64b4d8 (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 |