Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2005 FBO #1217
SOLICITATION NOTICE

99 -- Nonpersonal Service for all labor, parts, tools, equipment, materials, supervision, and transportation necessary to paint vehicles for AMSA 129,Indianapolis, IN.

Notice Date
3/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5000
 
Solicitation Number
W911SA-05-T-0027
 
Response Due
4/8/2005
 
Archive Date
6/7/2005
 
Point of Contact
ginger, 608-388-3109
 
E-Mail Address
ACA, Fort McCoy
(ginger.edgerton@emh2.mccoy.army.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; offers ar e being requested and a written solicitation will not be issued. Solicitation W911SA-05-T-0027 is issued as a request for quotation (RFQ). This solicitation is a small business set-aside, under NAICS 811121 with the small business size standard of $6.0 m illion. CLIN 0001 Paint Vehicles, 11 each @ $___________ = $ _____________. CLIN 0002 CONTRACTOR MANPOWER REPORTING (CMR) 1 Each @ $______ NTE The contractor shall report ALL contractor manpower required for performance of this contract. See Contractor Manpower Reporting instructions in the Statement of Work (SOW). If needed, please refer to the CMR users guide at the website provided in the SO W to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). If contract performance is comp leted before Sep 30 of a fiscal year, the data may be entered upon contract completion rather than waiting for the end of the fiscal year. The quantity and/or dollar amount shown is not to be exceeded without Contracting Officer approval. Before exceedin g the quantity and/or dollar amount shown, please contact Ginger Edgerton, 608-388-3109. STATEMENT OF WORK Solicitation to provide Nonpersonal Service for all labor, parts, tools, equipment, materials, supervision, and transportation necessary to paint vehicles for AMSA 129, 9704 Beaumont Road, Bldg 127, Indianapolis, Indiana, 46216. All work is to be complete d within accepted industry practices. The scope of work includes, but is not limited to: 1. Tape all light, windows, hydraulic hoses, parking light, etc. 2. Sandblast the entire vehicle to industry standards. 3. Primer coat the entire vehicle with Corrosion-Inhibiting Primer green or yellow 4. Paint the entire vehicle with two coats of CARC Green Paint. 5. Apply a camouflage pattern with CARC black & brown paint (US Army Reserves will provide picture of pattern) 6. Clean inside of the vehicle cab of residual sandblast material. (Do not paint inside cab) All (CARC) Polyurethane Coating Chemical Agent Resistance (Paint), Corrosion-Inhibiting Primer green or yellow and Thinner will be provided by the U.S. Army Reserves. The contractor shall furnish a facility within 25 miles of AMSA 129 to provide this service. All vehicles shall be delivered to the contractor. Contractor is responsible for all HAZMAT compliance. Any damage by caused Contractor will be fixed or replaced at contractor's expense. All vehicles will be inspected prior to acceptance by the Government. Desired project completion date is 30 June 2005. To request a site visit to see the vehicles at AMSA 129, contact POC: Jim Foltz, (800) 554  8487, Ext. 4125 or 4126. CONTRACTOR MANPOWER REPORTING (CMR) Information: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpowere.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officers, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcont ractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection costs; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform work (specified by zip code in the United States and nearest city, country, when in an overseas location, using the standardized nomenclature provided on the website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (per country. As part of this submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each gover nment fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the filed on the website. The XML direct transfer is a format for transferring filed from a contr actors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded form the website. Note: Information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with direct labor hours and direct labor dollars. AT no time will any data be released to the public with the contractor name and contract number associated with the data. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-02. FAR and DFAR Provisions and Clauses may be accessed at http://farsite.hill/af/mil. The following provisions and clauses are applicable: 5 2.212-1 Instructions To Offerors Commercial Items. 52.212-3 Alt I Offeror Representations and Certifications 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 and the additional FAR clauses that are applicable to the acquisition: 52.219-6 Notice of Total Small Business Set Aside; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportuni ty; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965, as amended; 52.222-42 Statement of Equiva lent Rates for Federal Hires. 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the folowing DFARS clauses by reference: 252.232-7003 Electroni c Submission of Payment Requests; 252.247-7023, Alt III Transportation of Supplies by Sea. In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. Wage determination 94-2193 REV(29), dated 18 Feb 05, applies to this acquisition and may be accessed at www.wdol.gov. Central Contractor Reg istration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already registered, please register in the CCR database at www.ccr.gov. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 811121 under the Goods  Sevices section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not registered in the CCR database by 1430 hours on 8 Apr 05, including NAICS 811121 in th e Goods  Services section, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunctio n with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation . PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; unit price per CLIN and extended total prices; DUNS number; and taxpayer identification number (TIN). Quotes and applicable literature must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 5 4656-5153 no later than 1430 hours on 8 Apr 05. Person to contact for additional information regarding the RFQ is Ginger Edgerton, Contract Specialist, (608)388-3109, fax (608)388-5950, ginger.edgerton@us.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ27/W911SA-05-T-0027/listing.html)
 
Place of Performance
Address: AMSA 129 Indianapolis Indianapolis IN
Zip Code: 46216
Country: US
 
Record
SN00776500-F 20050327/050325213413 (fbodaily.com)
 
Source
FedBizOpps.gov 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.