|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1999 PSA#2330Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 J -- SUMMERIZATION OF TRACKED SNOW VEHICLES SOL M00681-99-T-0064 DUE
050999 POC Sergeant Mike LeMaster (760)725-8135 fax X8445 This is a
combined synopsis/solicitation for commercial Services and is 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; request for quotation being
requested and a separate written solicitation will not be issued.
Solicitation number M00681-99-T-0064 applies and is issued as a Request
for Quotation. This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-11 and DAC 91-13. This is a small business set-aside. The Standard
Industrial Code is 7538 and the business size is less than 500
employees. This requirement is for a single award, firm fixed-price
contract. The following maintenance is to be completed (ON SITE) on
each of the nine-tracked snow vehicles. The Tracked equipment is made
by Logan manufacturing company and consists of (5) five 1992 LMC
1800's, and (2) two 1996 LMC 1800's with Caterpillar 3116 engines, and
(2) two 1992 LMC 3700c with 3208 Caterpillar engines. 1. Replace
auxiliary hydraulic oil and filters; 2. Replace hydraulic drive system
oil and filters; 3. Replace tiller filter; 4. Change engine oil and
filter; 5. Replace fuel filter; 6. Check and adjust engine valve lash;
7. Change oil in torque hubs; 8. Change in oil torque hubs; 9.
Dismantle and inspect brakes and torque hubs; 10. Change oil in pump
drive (3700c only); 11. Replace air filter; 12. Check and adjust
governor for correct high low settings; 13. Adjust steering cables; 14.
Pressures check both hydraulic systems; 15. Inspect tub / frame and
axle assemblies; 16. Inspect all hydraulic lines and hoses; 17. Inspect
bearings and service drive motor on tiller (3 ea.); 18. Replace fuel /
water separators; 19. These repairs will start approximately 1May 1999
and be completed no later than 31 July 1999. Acceptance shall be made
at destination. All work to be performed at the Mountain Warfare
Training center in Bridgeport, California. The provision at FAR
52.212-1, Instructions to Offerors-Commercial Items (Aug 1998) applies
to this acquisition. Offerors are required to complete and include a
copy of the following provisions FAR 52.212-3, Offer Representation and
Certifications-Commercial Items (Jan 1999) with their proposals. The
FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items
(Apr 1998), applies to this acquisition. FAR Clause FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items (Jan 1999) applies with the following
applicable clauses from paragraph (b): FAR 52.203-6 Restrictions on
Subcontractor Sales to the Government-Alternate I, FAR 52.222-26 Equal
Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans
and Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for
Handicapped Workers, FAR 52.222-37 Employment Reports on Special
Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-3 Buy
American Act-Supplies, and FAR 52.225-21 BuyAmerican Act-North American
Free Trade Agreement Implementation Act-Balance of Payments Program.
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items, applies with the following clauses applicable for
paragraph (b): DFARS 252.225-7001 Buy American Act and Balance of
Payment Program, DFARS 252.225-7036 North American Free Trade Agreement
Implementation Act. FAR 52.222-41 Service contract act of 1965, as
amended (41 usc. 351f Et Seq.FAR 52.222-4)STATEMENT OF EQUIVALENT RATES
FOR FEDERAL HIRES (MAY 1989) 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.
THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION
;Employee Class Monetary Wage -- Fringe Benefits 05190 Motor Vehicle
Mechanic $16.01, 05220 Motor Vehicle Mechanic Helper $10.47. FAR
52.228.5 INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997)
applies to this contracting action. Any contract awarded, as a result
of this solicitation will be an order certified for national defense
use under the Defense Priorities and Allocations System. The Government
intends to make a single award to the responsible offeror whose offer
is the most advantageous to the Government considering price and
price-related factors. Provision 52.212-2, Evaluation-Commercial Items,
applies with paragraph (a) completed as follows and the following
factors shall be used to evaluate offers: (1) Offerors capability to
meet the Government's needs, to include 100% compatibility; (2)
completion time of services and (3) Price. Mailed or faxed copy offers
must be received no later than 4:00 p.m. PST, on 06 May 1999. Faxed
offers should be addressed to Sgt. Mike LeMaster 760-725-8445. Offer
sent via US Postal Service should be mailed to the Contracting
Division, P.O. Box 1609, Oceanside, CA 92051-1609, Attn: Sgt. Mike
LeMaster. If offer is to be sent via Federal Express, address should
read Contracting Division, Bldg. 22180, Camp Pendleton, CA 92055, Attn:
Sgt. Mike LeMaster. Posted 04/20/99 (W-SN322415). (0110) Loren Data Corp. http://www.ld.com (SYN# 0039 19990422\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|