SOLICITATION NOTICE
49 -- Annual Maintenance & Repair for Small Boat Trailers(PIFSC)
- Notice Date
- 6/21/2024 12:09:00 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
- ZIP Code
- 64106
- Solicitation Number
- 1333MF24Q0072
- Response Due
- 7/3/2024 7:00:00 AM
- Archive Date
- 07/18/2024
- Point of Contact
- Sandra Thibodeau, Phone: (508) 474-3679, Sandra Caswell, Phone: 12532347603
- E-Mail Address
-
sandra.thibodeau@noaa.gov, sandra.caswell@noaa.gov
(sandra.thibodeau@noaa.gov, sandra.caswell@noaa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This request is for maintenance and repair of ten (10) to fifteen (15) trailers, which is estimated to be about 14 hours (Not to Exceed 64 hrs) of work on trailers for PIFSC small boats per year in accordance with the technical specifications on the attached, ""Statement of Need1333MF24Q0072"" (NAICS 811121).� The Government trailer inventory will fluctuate year to year as the Government purchases new trailers and retires/excess old trailers.� On an annual basis, the Governnent sees a fluctuation of� 1-3 trailers per year. �The contractor shall know and be able to troubleshoot/repair the small boat trailer framework, electrical systems, and wheels systems, including bearings and axle repair.� The ability to complete repair and maintenance work at the customer�s site, IRC Ford Island, at 1845 Wasp Boulevard. Building 176. Honolulu, HI 96818 is highly desirable; however, it is not mandatory. �The contractor proposal should include the following: Description of the contractor�s capabilities and credentials Name(s) of key personnel working under this contract and a summary of experience. Narrative describing any assumptions or exceptions that the proposal was based on. Period of Performance This requirement will include one base period beginning 1 September 2024 and ending 31 August 2025 and four additional one-year option periods following the same schedule. Option Year 1: � 1 September 2025 and ending 31 August 2026 Option Year 2:� 1 September 2026 and ending 31 August 2027 Option Year 3:� 1 September 2027 and ending 31 August 2028 Option Year 4:� 1 September 2028 and ending 31 August 2029 The resultant award is anticipated to be a firm-fixed-price contract for a commercial services with the following contract line items (CLINs): BASE YEAR CLIN 0001: Maintenance and repair should not exceed 14 hours (FFP). If the work is not performed at the Government's location, make sure the pricing includes transportation, storage, and insurance to and from the Government facility.� CLIN 0002: Additional Repair Hours after the 14 hours not to exceed 50 hours CLIN 0003: Materials Cost for Repair Option Year 1-4 follow the exact CLIN breakdown as the base award.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/31eba961c78b416d9aacffe64adffe71/view)
- Place of Performance
- Address: Honolulu, HI 96818, USA
- Zip Code: 96818
- Country: USA
- Zip Code: 96818
- Record
- SN07104406-F 20240623/240621230109 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |