SOLICITATION NOTICE
26 -- Holloman AFB Mass tire buy
- Notice Date
- 7/12/2005
- Notice Type
- Solicitation Notice
- NAICS
- 441320
— Tire Dealers
- Contracting Office
- Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Avenue Bldg 811, Holloman AFB, NM, 88330-7908
- ZIP Code
- 88330-7908
- Solicitation Number
- LGCB-05-TIRE
- Response Due
- 7/25/2005
- Archive Date
- 8/9/2005
- Small Business Set-Aside
- Total Small Business
- Description
- TIRE RECAPPING 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: proposals are being requested and a written solicitation will not be issued. Requirement set-aside for small business concerns only. The NAICS for this combined synopsis/solicitation is 441320, 333220, or 423830 size standard is $6 million, 500 employees, and 500 employees respectively. This document incorporates provisions and clauses that are in effect through Federal acquisition circular FAC 23001-24, effective 19 Jul 2004. The statement of work and estimated recapping need below describes the government requirement. The government intends to award a blanket purchase agreement for the following: Provide all labor, materials, tools, equipment and transportation to fulfill base tire requirement for vehicle maintenance flight. All quotes must be e-mailed to Marcus.Mason@holloman.af.mil or faxed to (505) 572-7333 with attention to MSgt Mason. Quotes are required to be received no later than 12:00 MST, Wednesday, 25 July 2005. All quotes shall be marked with Request for Quotation Number, Date, and Time. Facsimile quotations will be accepted. FOB: Destination for delivery: Holloman AFB, NM 88330. Responsibility and Inspection: supplier is responsible for the performance of all inspection requirements and Quality Control (QC). The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government will award a blanket purchase agreement resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government. Award will be made based on price and past performance equally. Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, with quote. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. 52.212-4 addendum to are included. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; 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 Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 -Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. Lack of registration will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the Internet at www.ccr.dlsc.dla.mil. The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.o.b.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. The clause at 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests. STATEMENT OF WORK FOR TIRE RECAPPING SERVICES 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, labor, tools, equipment, transportation, and materials necessary to recap tires in accordance with Code of Federal Regulations (CFR) Title 49-Transporation, Chapter V, National Highway Traffic Safety Administration (NHTSA), Department of Transportation, Part 569-Regrooved Tires at Holloman AFB, NM as set forth in this statement of need and supporting contract. Tire sizes to be recapped are identified in attachment 1. 1.1. BASIC SERVICES. The contractor shall deliver and unload tires at vehicle maintenance, building 193, Holloman AFB, NM. 1.2. DELIVERY COSTS. Initial delivery costs are the responsibility of the Government. The contractor is responsible for all delivery costs if a tire is found to be defected at the time of acceptance. All defective tires are to be corrected within a 24-hour period. 1.3. TIRE INSPECTION. A Government and a contractor representative will inspect casing and decide if the tire is suitable for recapping. The Government and contractor will complete a detailed list, by tire size, at time of pick-up to show tires removed from the vehicle maintenance facility. At time of delivery a detailed list of all completed RECAPPED tires and rejects will be provided. Rejected tires will be returned for proper disposal by the Government. 1.4. TREAD DEPTH. All recapped tires will have a minimum tread depth of 12 - 14/32. 2. GENERAL INFORMATION. 2.1. QUALITY CONTROL. The Contractor is responsible for all quality control to ensure tires are recapped in accordance with this SOW and applicable Federal Regulations. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. 2.3. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (May 1997), for contractor?s failure to correct nonconforming services. 2.4. HOURS OF OPERATION. The vehicle maintenance hours of operations are 0730 ? 1630 hours. The contractor shall notify the government representative 1-day prior to pick up and delivery. 3. ATTACHMENT. 1. Tire size listing Estimated Workload 3.40/3.00-5 (HWY) 4 PLY /B 0 4.10/3.50-6 4 PLY /B 0 5.70-8 (HWY) 8 ply /D 0 18X7-8 (NHS) 16 PLY /H 0 6.00-9 (NHS) 12 PLY /F 2 6.90-9 (HWY) 6 PLY /C 0 6.90-9 (NHS) 10 PLY /E 1 6.50-10 (NHS) 10 PLY /E 4 6.50-10 (NHS) SOLID 0 7.00-12 (NHS) 12 PLY /E 8 7.00-12 (NHS) SOLID 2 P195/70R14 4 PLY /B 2 P195/75R14 4 PLY /B 1 LT195/75R14 6 PLY /C 2 P205/70R14 4 PLY /B 2 P205/75R14 4 PLY /B 24 P215/70R14 4 PLY /B 0 P205/65R15 4 PLY /B 6 P205/75R15 4 PLY /B 62 P215/75R15 4 PLY /B 0 LT215/75R15 6 PLY /C 6 P225/70R15 4 PLY /B 2 P225/75R15 4 PLY /B 4 P235/75R15 4 PLY /B 8 P235/75R15 XL 4 PLY /B +2 0 LT235/75R15 6 PLY /C 5 8.25-15 (NHS) 12 PLY /F 16 8.25-15 (NHS) 14 PLY /G 0 8.15-15 (NHS) 14 PLY /G 0 8.25R15TR---TRAILER 18 PLY /J 0 28X9-15 (NHS) 12 PLY /F 0 355/65R15 MICHIELIN XZM 0 7.50R16LT 8 PLY /D 0 11L-16S (tactor) 10 PLY /E 0 LT215/85R16(AMBL) 10 PLY /E 3 P225/60R16 (SP) 4 PLY /B 24 P225/75R16 4 PLY /B 2 LT225/75R16 10 PLY /E 7 LT225/75R16(REC) 10 PLY /E 4 P235/70R16 4 PLY /B 2 LT235/70R16 6 PLY /C 0 LT235/85R16 10 PLY /E 9 LT235/85R16(REC) 10 PLY /E 11 P245/75R16 4 PLY /B 0 LT245/75R16 (G133) 10 PLY /E 0 LT245/75R16 (G133) (RE)10 PLY /E 0 LT245/75R16 10 PLY /E 48 LT245/75R16(REC) 10 PLY /E 32 P255/70R16 4 PLY /B 0 LT265/75R16 10 PLY /E 16 LT265/75R16(REC) 10 PLY /E 0 12-16.5 NHS 10 PLY /E 0 37X12.50R16.5LT 8 PLY /D 0 36X12.50R16.5LT 6 PLY /C 0 P245/70R17 4 PLY/B 4 P255/65R17 SP 4 PLY /B 8 8R19.5 (HWY) 12 PLY /F 0 8R19.5 (HWY)REC 12 PLY /F 0 18-19.5 (EXCV) 16 PLY /H 0 7.50-20 TUG 10 PLY /E 4 7.50-20 TUG REC 10 PLY /E 1 8.25R20 (HWY) 12 PLY /F 0 8.25R20 (HWY)REC 12 PLY /F 0 8.25R20 (HWY) 10 PLY /E 0 8.25R20 (HWY)REC 10 PLY /E 0 9.00-20 (MILTARY) 8 PLY /D 0 9.00R20 (HWY) 12 PLY /F 0 9.00R20 (HWY) REC 12 PLY /F 3 9.00R20 (HWY) G124 14 PLY /G 0 9.00R20 (HWY) REC124 14 PLY /G 0 10.00-20 (HWY) 12 PLY /F 0 10.00-20 (HWY)REC 12 PLY /F 0 10.00-20 (HWY) 14 PLY /G 1 10.00-20 (HWY) REC 14 PLY /G 0 10.00R20 (HWY) 14 PLY /G 17 10.00R20 (HWY)REC 14 PLY /G 2 11.00X20 12 PLY /F 0 11.00R20 16 PLY /H 0 11.00R20 REC 16 PLY /H 0 11.00R20 G177 16 PLY /H 2 11.00R20 G177 RECAP 16 PLY /H 0 385/65R20 (F-D) 20 PLY /K 0 385/65R20 (F-D)(REC) 20 PLY /K 0 13.00R20 (LUG) MIC-XL 0 13.00R20 (LUG)(REC) MIC-XL 0 14.00R20 M936 18 PLY /J 1 14.75/80R20 (F-D) MIC-XL 0 14.75/80R20(F-D)(REC) MIC-XL 0 395/85R20 XML 14 PLY /G 0 24R21 XL P23 FD 16 PLY /H 1 9R22.5 REC 12 PLY /F 0 9R22.5 HWY NEW 12 PLY /F 2 10R22.5 (HWY) 12 PLY /F 0 10R22.5 (HWY)(REC) 12 PLY /F 4 10R22.5 (HWY) 14 PLY /G 4 10R22.5 (HWY)(REC) 14 PLY /G 3 11R22.5 (HWY) 12 PLY /F 0 11R22.5 (HWY)(REC) 12 PLY /F 0 11R22.5 (HWY) 14 PLY /G 0 11R22.5 (HWY)(REC) 14 PLY /G 1 12R22.5 (HWY) 14 PLY /G 0 12R22.5 (HWY)(REC) 14 PLY /G 0 12R22.5 (HWY) 16 PLY /H 0 12R22.5 (HWY)(REC) 16 PLY /H 1 24R21 XL P23 FD 245/75R22.5 14 PLY /G 0 245/75R22.5 REC 14 PLY /G 0 255/70R22.5 16 PLY /H 0 255/70R22.5 REC 16 PLY /H 0 265/75R22.5 (HWY) 14 PLY /G 0 265/75R22.5 (HWY)REC 14 PLY /G 0 295/75R22.5 (HWY) 14 PLY /G 2 295/75R22.5 (HWY)REC 14 PLY /G 3 295/75R22.5 (LUG) 14 PLY /G 0 295/75R22.5 (LUG)REC 14 PLY /G 18 305/70R22.5 REFUEL 16 PLY /H 0 305/70R22.5 REF (REC) 16 PLY /H 0 315/80R22.5 REFUEL 18 PLY /J 8 315/80R22.5 REFUEL (REC)18 PLY /J 12 315/80R22.5 LOWBOY 24 PLY/L 0 315/80R22.5 LOWBOY 24 PLY/L 0 385/65R22.5 FD 18 PLY /J 0 385/65R22.5 FD(REC) 18 PLY /J 0 11.00R24 (MB-2) 16 PLY /H 0 11R24.5 (BUS) 14 PLY /G 0 13.00-24 GRADER 12 PLY /F 0 14.9-24 R-3 6 PLY /C 2 19.5L24 R-4 12 PLY /F 2 15.5X25 12 PLY /F 0 20.5-25 E-3/L-3 12 PLY /F 0 16.00-25 26 PLY/M 0 17.5-25 L-3 16 PLY /H 0 17.5-25 FD/P-19 18 PLY /J 8 26.5-25 E-3 28 PLY/O 0 29.5-25 E-3 scaper 22 PLY/L 4 16.9-30 R-1 6 PLY /C 0 33.25-35 E-3 B-crane 32 PLY /P 2 Tire Only Total for Year 338 95 (END OF STATEMENT OF WORK) HAFB 999 INSTRUCTIONS 1. This solicitation utilizes brand name descriptions. Pursuant to FAR 52.211-6, the offeror may quote on "or equal products". Offerors quoting on a "or equal " must follow the provisions of FAR 52.211-6 or risk their offer being rejected as non-responsive. 2. The Government provided measurements are ESTIMATES and are provided for informational purposes only. The Government assumes no liability related to their accuracy. Offerors shall obtain their own measurements (which can be accomplished at the site visit) and price their offers accordingly.
- Place of Performance
- Address: Bldg 198 850 Ocotillo Ave./Holloman AFB/NM
- Zip Code: 88330
- Country: United States
- Record
- SN00845204-W 20050714/050712211847 (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 |