Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2015 FBO #4899
SOURCES SOUGHT

J -- Paint & Body

Notice Date
4/22/2015
 
Notice Type
Sources Sought
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
 
ZIP Code
92051-1609
 
Solicitation Number
M00681-15-T
 
Archive Date
5/30/2015
 
Point of Contact
Anthony Natale, Phone: 7607254423
 
E-Mail Address
anthony.natale2@usmc.mil
(anthony.natale2@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
NON-VEHICLE EQUIPMENT BODY & PAINT REPAIR & SERVICE 1 INTRODUCTION. This is to provide body repair service, painting and/or refinishing of government owned non-tactical type equipment to include forklifts, construction equipment, and similar non-highway type equipment (paragraph 10 contains a sample list of equipment). The service provided will return damaged equipment to their original condition or to a condition designated by the government. The Southwest Region Fleet Transportation (SWRFT) organization is responsible for the operation, maintenance, and appearance of the government equipment assigned to the SWRFT inventory. 2 BACKGROUND. The SWRFT is responsible for providing commercial type equipment to support the daily activities aboard the following Marine Corps installations: Marine Corps Air Station Miramar, Marine Corps Base Camp Pendleton, and Marine Corps Recruit Depot San Diego. During the course of operating the equipment on and around these installations, the Government equipment is occasionally damaged. The SWRFT shall ensure that the government equipment assigned to its inventory will be maintained in a safe operating condition, a reasonably good appearance, and may modify the equipment to enhance its capability to meet mission requirements. The SWRFT operates an organic repair capability; however, occasionally the required work exceeds the in-house capability. Therefore, a commercial vendor, or contractor, must be contacted to perform repair work and other services. 3. SCOPE. The Contractor shall provide the SWRFT with the option to accomplish repair/refinish service such as, but not limited to, body repair work, frame straightening, mechanical repair, modification/fabrication, reupholster work, and painting/refinishing of government owned equipment. This equipment includes, but is not limited to, material handling equipment (MHE), off road construction equipment, and similar equipment (see paragraph 10). The Government will transport the equipment to/from the contractor's location within 50 miles of the respective Marine Corps installation. The Government may request that the contractor transport the equipment in certain situations. 4. APPLICABLE DIRECTIVES. The following work standards publications are a reference for specification; compliance with applicable provisions contained therein is mandatory. The Contractor shall be responsible for complying with the newest version in effect at the time of award and all updates issued during the life of the contract. It is the contractor's responsibility to procure and use the most current publications. a. CODE OF FEDERAL REGULATIONS Part 29 Labor and Part 49 Transportation b. INDUSTRY STANDARDS Published industry standards for collision repair. (i.e. Mitchell, Motors, Chilton, All Data, or other industry accepted standard may be used to formulate estimates. Note that the Government uses Mitchell) 5. PERFORMANCE REQUIREMENTS a. The contractor shall provide all management, supervision, tools, facilities, materials, equipment, and labor to perform requested body repair, frame straightening, interior/exterior painting, detailing work, and other related functions. Transportation of equipment from/to the Government installations and the contractor's facilities may be requested by the Government. Refer to paragraph 3 above. The Government may request a piece of equipment be transported from a location other than the Government facility. This will be negotiated between the Government and the Contractor. b. The contractor shall provide a detailed written estimate of all labor, materials, and other costs required to perform the work that is requested. The estimate may include photos to assist in identifying the extent of damage. The written estimate will be provided to the Government within two work days following the contractor's inspection of the equipment. Email is the preferred means of providing estimates, photos, and other related information. The contractor's estimate will be compared to the Government's estimate for total scope of work and costs. The Government will make a determination to refer the work to the contractor or perform the work in-house. 6. OTHER REQUIREMENTS AND CONSTRAINTS a. Materials, Parts, & Labor: (1) The contractor's cost of equipment replacement parts is considered the contracted price and will be invoiced appropriately. The contractor may apply a service fee to acquire required parts. This service fee will be identified as a percentage of the parts costs. All parts costs and service fees shall be appropriately identified on the billing invoice with supporting documents for parts costs attached. (2) Materials required to perform work that are not equipment replacement parts shall be considered the contractor's overhead expenses and will be captured in the quoted shop labor rate, and not as a separate billable item. (3) Standard Labor Hours required to perform work shall be extracted from the Industry Standards as identified in paragraph 4 above. The vendor will identify which reference is used. (4) For work that does not have Standard Labor Hours identified in the Industry Standards, the estimated labor hours shall be based on the experience and judgment of the contractor, however, the Government must agree that the estimated labor hours is fair and reasonable for the identified work before work begins. b. Time Allowances: (1) The contractor shall implement all necessary work control procedures and work prioritization to ensure timely accomplishment of required work and job completion. Verbal status reports shall be provided when requested by a Government representative. (2) Each contractor work order shall contain no more than one piece of equipment. Work completion date shall be based on the dollar value of each work order. The following chart illustrates the price range of work orders and the number of workdays allowed for completion. Delivery dates that cannot be met due to conditions beyond the contractor's control or non-availability of parts shall have the dates adjusted accordingly by agreement between the contractor and the Government. All such conditions must be reported to the Government on the date the condition or non-availability of parts becomes known. The completion time for work orders over $5,000 shall be computed using the same $500 scale as the rest of the chart. Work Order Work Days Work Order Work Days Price Range Allowed Price Range Allowed. Up to $500 3 $2,501 to $3,000 8 $501 to $1,000 4 $3,001 to $3,500 9 $1,001 to $1,500 5 $3,501 to $4,000 10 $1,501 to $2,000 6 $4,001 to $4,500 11 $2,001 to $2,500 7 $4,501 to $5,000 12 (3) On occasion the Government will have a priority piece of equipment (i.e. emergency response or regulatory compliance). This type work may require a higher urgency and would take precedence over other work. The Government will specifically identify these higher priority jobs in writing. Adjusting delivery dates of other work order affected by this reprioritization of work will be by mutual written agreement between the contractor and the Government. c. Equipment Pickup and Delivery (1) The Government will deliver and pickup at the contractor's facility the equipment requiring service. (2) The Government may request the contractor to pickup and deliver equipment during unusual circumstances such as when the Government personnel and/or equipment are required for a priority National Security mission. The Government must request this service in writing. The contractor will add the cost of the transport to the cost of repairs, however, the cost shall be mutually agreed upon, in writing, prior to performing the transport. If a subcontractor is used for the transport, the Government will only pay the cost billed by the subcontractor with no markup or service charge by the contractor. A copy of the subcontractor's transport invoice shall be provided with the contractor's equipment repair invoice. (4) If the contractor/subcontractor transports a piece of equipment, that has been repaired, to a Government location and the work performed by the contractor is refused due to poor workmanship or an incomplete job, the equipment will be returned to the contractor's facility to complete/fix the work and there will be no charge to the Government for the additional transport. d. Work Orders (1) The Government's Contracting Officer's Representative, or his designated individuals (paragraph 9 contains a list of designated personnel), will issue a written Work Order for work authorized to be performed by the contractor. There will be a Work Order issued for each piece of equipment authorized for repair. A copy of the contractor's written cost estimate will accompany the Work Order. The Work Order will consist of: •- Description of the equipment to be repaired, including serial number and registration number. •- Location of equipment and if contractor transport is required. •- Scope of work to be accomplished. •- Estimated number labor hours. •- Estimated total labor cost. •- Estimated total material cost. •- Date for completion of repairs. (2) Changes to the scope of work or parts requirement, resulting from hidden damage or other unforeseen circumstances, require an additional estimate identifying the additional work and associated costs. Authority to proceed will be by a written modification to the Work Order. e. Inspection (1) Each phase of the work being performed by the contractor is subject to Government inspection to include after completion of all tasks. Unsatisfactory work identified during these inspections shall be corrected at no additional cost to the Government. Contractor facilities shall be open to Government representatives for inspection of work in progress at any time practical. If the contractor is required to perform warranty work, re-work, or complete an unfinished job and the equipment requires transport, the contractor assumes transport responsibility with no additional cost to the Government. (2) Some equipment damage and damage repair will affect the mechanical operation and alignment of components such as doors, windows, hoods, lids, hinges and similar operations. Body repairs include straightening and aligning those components to ensure proper operation and alignment. Any misalignment, distortion, binding, sticking, difficulty in operation, or similar malfunction will be cause for rejection. The contractor shall correct the problem at no additional cost to the Government. f. Progress Reporting and Cost Tracking (1) The Contractor will provide work progress information and cost data to keep the Government abreast of each job status and the actual cost upon job completion. (2) The Contractor will provide the following information for each job referred them as the jobs are completed: (a) Start/Finish date. (b) Equipment registration number. (c) Actual cost upon completion. (d) Contractor Work Order number. (e) Body labor cost. (f) Body labor balance of available DO funds. (g) Paint labor cost. (h) Paint labor balance of available DO funds. (i) Parts/Materials cost. (j) Parts/Materials balance of available DO funds. (k) Sublet/Miscellaneous costs. (l) Sublet/Miscellaneous balance of available DO funds. JOB PROGRESS REPORTING & COST TRACKING MONTH - YEAR - DELIVERY ORDER Dates Equipment Actual Work Body Body Labor Paint Paint Labor Parts & P & M Sublet & S & M (Start/Finish) Number Cost Order # Labor Balance Labor Balance Materials Balance Misc. Balance 01/01/2010 / 12/31/2010 292555 $1,000.00 WL-123456 $250.00 $750.00 $250.00 $750.00 $250.00 $750.00 $250.00 $750.00 f. Warranties (1) In addition to any other warranties provided in this contract, the contractor shall warrant workmanship and material on those components repaired or replaced for 90 days from the day the equipment is returned and accepted by the Government. Parts or materials that have individual warranties, beyond the 90-day period, shall be repaired or replaced by the contractor if that item fails within the individual warranty period. (2) The contractor shall warrant paint work for a period of two (2) years against fading, cracking, and peeling. Warranty repairs shall be accomplished within the same time constraints as specified in paragraph 6.b above. g. Definitions (1) Repair - All work functions performed on Government owned equipment to correct physical damage to the degree necessary to restore the equipment to a safe and serviceable condition equal to or better than the original manufacturer's design specifications. The term "repair" includes the function of inspection, adjustments, rebuilding, fabricating, modifying, painting, refinishing, and parts and material replacements. (2) Parts - A constituent piece included a time of manufacture or set in place as a replacement for the original piece or as an additional piece. (3) Materials - Anything that serves as crude or original matter to be used or developed to aid in the repairing of equipment (i.e. body fillers, sandpaper, rags, thinners, paper, tape, metal/wood primers, adhesives, cleaners, etc.). (4) Government Motor Pools: •- MCB Camp Pendleton, CA •- MCAS Miramar, CA •- MCRD San Diego, CA h. Deliveries or Performance (1) Contractor Notice Regarding Late Work Completion: In the event that contractor for any reason anticipates or encounters difficulty in complying with the contract work schedule or completion date, or in meeting any of the other requirements of the contract; the contractor shall immediately notify, in writing, the Contracting Officer Representative giving pertinent details. However, this written notice shall be informational only and receipt by the Government shall not be construed as a waiver by the Government of any work completion schedule/date or for the compliance with any other contract requirement by the contractor, nor any other rights or remedies provided to the Government by law under this contract. (2) Work completion/delivery dates will be specified on individual Work Orders. In most circumstances, the Government will only be able to provide 5 days prior notice for repair of equipment. If conditions permit, longer notice will be given. 7. STANDARDS a. Repair Standards. (1) Body and Fender Repair Standards: The intent of body and fender repair requirements in this contract is to have damaged or worn Government equipment restored to manufacturer's original design and performance standards. Each Work Order will define the general scope of body and fender repairs required as identified by the contractor's approved work/cost estimate. The contractor will be paid for body and fender repair at the labor rate established at the time of the contract award. Upon completion of the repair work, the equipment shall be washed and cleaned inside and outside to remove any dust, dirt, overspray, and debris. (2) Replacement hardware materials include, but are not limited to, fenders, doors, bumpers, windows, grills, trim items, etc. These items shall be billed to the Government as described in the section titled Material, Parts, and Labor (para. 6.a). All replacement components shall be original equipment manufacturer parts or parts specifically authorized by the Government. (3) The cost of consumable materials utilized in any phase of body and fender repairs shall be included in the contractor's labor rate. Consumables materials include, but are not limited to, sandpaper, body fillers, welding supplies, masking tape, primer paint, paint thinners etc. (4) Metalwork: All components that cannot be reworked shall be replaced with original manufacturer's parts or parts specifically authorized by the Government. Reworked metal panels and surfaces shall be finished with a minimum of body fillers. Any damaged wood framing associated with metal work shall be replaced. (5) Welding: The mechanical properties of all welds shall join the components and transmit stress without failure, distortion, or permanent deforming of the metal pieces involved. The welding electrodes and flux shall be compatible with the type of welding being performed. (6) Painting: All damaged areas of a piece of equipment that have been repaired (reworked, straightened, or otherwise) or had replacement components installed shall be properly prepared, primed, and painted. Proper preparation includes, but is not limited to, sanding, application of body fillers, cleaning, masking, and primer coating. Application of the finish paint and color/clear coat shall match the color of the adjacent equipment panels. When only a portion of a panel or section is repaired, it may be necessary to paint an entire panel or section to ensure an even appearance. All paints and finishes shall conform to the original manufacturer's specifications and color. When equipment repairs affect the interior of a vehicle, those areas shall also be refinished/painted. "Oven Baking" may be required and will be specifically stated in the Work Order. Any contractor painted surface which has "orange peel", runs, sags, flaking, scaling, contamination from dust/dirt, or any other surface condition that adversely affects appearance will be rejected and shall be refinished at no additional expense to the Government, and to a completion schedule agreed upon by the Government COR. b. Frame Straightening Standards: (1) It is the intent of the frame straightening requirement of this contract to have damaged Government equipment restored to the manufacturer's original design specifications and performance standards. (2) The contractor shall provide frame-straightening service for all equipment listed. Frame straightening includes suspension repair and wheel alignment. Some equipment may require the alignment of all four wheels. (3) Replacement hardware materials include, but are not limited to, frame and chassis members, shock absorbers, struts, springs, upper and lower control arms, ball joints, all other suspension components, brake system components, wheels, wheel bearings, tires, drive shafts, and universal joints. These items shall be billed to the Government as described in the section titled Material, Parts, and Labor (para. 6.a). All replacement components shall be equal to or better than the original equipment manufacturer design and quality. (4) The cost of consumable materials utilized in any phase of frame straightening repairs shall be included in the contractor's labor rate. (5) The contractor shall straighten frames and chassis, repair/replace suspension, brake, and drive line components, and align all wheels. Any misalignment, excessive or unusual tire wear, difficult handling or tracking, vibration, binding, sticking, uneven or difficult braking, or any operational malfunction as a result of misalignment or poor workmanship will be cause for rejection. The contractor shall correct the problem at no additional expense to the Government, and to a completion schedule agreed upon by the Government COR. c. Interior Painting Standards: (1) Equipment interior painting is intended for the complete and partial painting of those surfaces inside an equipment cabin that was originally painted at the factory and the replacement of missing trim items and the like. Completed work shall be free of defect and replaced component shall present a new appearance. Upon completion of the interior painting, the equipment shall be washed and cleaned inside and outside to remove any dust, dirt, overspray, and debris. (2) Replacement hardware materials (trim items and the like) shall be billed to the Government as described in the section titled Material, Parts, and Labor (para. 6.a). All replacement components shall be equal to or better than the original equipment manufacturer design and quality. (3) The cost of all consumable materials utilized in any phase of interior painting shall be included in the contractor's labor rate established in the Contract. Consumable materials include, but are not limited to, sandpaper, body fillers, welding supplies, masking tape, primer coating, and paint thinners. (4) All interior areas of equipment that requires painting shall be properly prepared, primer coated, and painted. Proper preparation includes, but is not limited to, sanding, cleaning, masking, and primer coating. Extra care shall be taken to prevent over spray on surfaces not being painted. Application of the finish paint (color coat) shall match existing paint color. All paints shall conform to original manufacturer's specifications and colors unless otherwise specified. Painted surfaces which have "orange peel", runs, sags, fading, scaling, contamination from dust/dirt, or any other surface condition that adversely affects appearance will be rejected and shall be refinished at no additional expense to the Government, and to a completion schedule agreed upon by the Government COR. d. Exterior Painting Standards: (1) Exterior painting is intended for the painting of equipment that does not require body and fender repair, does not require repair of significant damage, or for the painting of equipment after body repairs have been accomplished. Portions of a piece of equipment that have been repaired and only those portions require painting are covered by the paragraph titled Body and Fender Repair Standards (para. 7.a.(1)). The removal of minor "dings", replacement of side moldings, and similar minor repairs may be required. Each Work Order will define the scope of work required for that particular job. Completed work shall be free of defects, missing components, and shall present a "new" appearance. Upon completion of the exterior painting, the vehicle shall be washed and cleaned inside and outside to remove any dust, dirt, overspray, and debris resulting from contractor work. (2) Replacement hardware materials (trim items and the like) shall be billed to the Government as described in the section titled Material, Parts, and Labor (para. 6.a). All replacement components shall be equal to, or better than, the original manufacturer's design and quality. (3) The cost of all consumable materials utilized in any phase of exterior painting shall be included in the contractor's labor rate established in the Contract. Consumables materials include, but are not limited to, sandpaper, body fillers, welding supplies, masking tape, primer coating, and paint thinners. (4) When equipment requires exterior painting, all surfaces shall be properly prepared, primer coated, and painted. Proper preparation includes but is not limited to application of body fillers, sanding, cleaning, masking, and primer coating. If the Government determines that a portion or the entire piece of equipment must be sanded to bare metal, as part of the preparation process, the Work Order will so stipulate. The finish paint (color coat) shall match the previous color, unless the Work Order indicates a change of the color is required. All paints shall conform to original manufacturer's specification. Painted surfaces with "orange peel", runs, sags, fading, scaling, contamination form dust/dirt, or any other surface condition that adversely affects appearance shall be rejected and shall be reworked at no additional expense to the Government, and to a completion schedule agreed upon by the Government COR. 8. OTHER EQUIPMENT BODY REPAIR/REFINISH WORK. a. There may be an occasional requirement to have the contractor perform body repair/refinish work that is not specifically identified in this contract. In such instances, the required work must be fully detailed on the Work Order, the costs must be mutually agreed upon by the Government and the contractor, and the Contracting Officer will approve. b. As the body repair/refinish industry advances in technology, materials, and practices, there may be industry improvements that will allow the contractor to provide a better value product but is not specifically covered in this contract. In such instances, the required technology/materials/practice must be fully detailed on the Work Order, the costs must be mutually agreed upon by the Government and the contractor, and the Contracting Officer will approve. 9. GOVERNMENT PERSONNEL DESIGNATED AT EACH INSTALLATION TO ACT ON MATTERS PERTAINING TO THIS CONTRACT WHEN NOTED IN THE CONTRACT. a. The Contracting Officer's Representative (COR). b. The SWRFT Fleet Manager at each installation. c. The SWRFT Maintenance Manager at each installation. 10. Equipment Covered by this contract: Equipment Description GOV Equipment Code Off-Road Equipment ASPHALT EQUIPMENT, GRADER G02JDE X BULLDOZER, 140 FLYWHEEL HP G06BDE X BULLDOZER, 300 FLYWHEEL HP G06DDE X COMPACTOR, LANDFILL G10ADE X CRANE, SALVAGE RECOVERY G13DDE X CRANE, TRUCK MOUNTED G13LDE X EXCAVATOR, TRACKED G17ADE X FORKLIFT, 4,000 LB G19CDM X FORKLIFT, 6,000 LB G19EDM X FORKLIFT, 10,000 LB G19GDM X FORKLIFT, 25,000 LB G19JDM X LOADER, SCOOP, MINI G25ADE X LOADER, SCOOP, WHEELED G25CDE X LOADER, BACKHOE G25FDE X SCOOTER, 3-WHEEL G27AEP X SCRAPER, SELF-PROPELLED G39ADE X SWEEPER, WAREHOUSE G46DPE X TRACTOR, AGRICULTURE G48ADE X TRACTOR, WAREHOUSE G48EDM X TRACTOR, INDUSTRIAL G48GDE X
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M00681-15-T/listing.html)
 
Place of Performance
Address: California and Arizona, United States
 
Record
SN03707788-W 20150424/150422235209-df6de16f828836e47a35d444e7dae418 (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.