Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2007 FBO #2068
MODIFICATION

J -- Tire Repair Services

Notice Date
7/24/2007
 
Notice Type
Modification
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (9TH), 3375 Koapaka Street, Suite B225, Honolulu, HI, 96819, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
9T7HPGPS020
 
Response Due
8/3/2007
 
Archive Date
8/18/2007
 
Point of Contact
Patrick Galamay, Project Manager, Phone (808)541-1164, Fax (808)541-3604, - Vanessa Pappalardo, Contract Specialist, Phone (808)541-2010, Fax (808)541-3604,
 
E-Mail Address
patrick.galamay@gsa.gov, vanessa.pappalardo@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial services and supplies prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No. 9T7HPGPS020 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-17, DFARS Change Notice 20070531 and GSAM Change 18 effective 2-1-07. THIS PROCUREMENT IS RESTRICTED AND IS THEREFORE OPEN ONLY TO SMALL BUSINESS CONCERNS. The applicable NAICS Code is 811198, $6.5M. Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13 Simplified Acquisition Procedures. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. A single commercial Time and Materials type contract will be awarded to the lowest priced, technically acceptable quote. The contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. Contractor must also register in the GSA Federal Acquisition Services website; IT-Solutions Shop (ITSS), an online, web-based purchase order system at: https://web1.itss.gsa.gov. Registration assistance us available by dialing (877) 243-2889 (option 2). Resulting award and payments from this solicitation will be made through the ITSS system. As such, it is imperative that registration is completed. THE REQUIREMENT IS FOR TIRE REPAIR SERVICES: CLIN 0001; SERVICE CALLS, Estimated 200 EACH - Contractor to provide service calls as needed. Service calls shall consist of a flat transportation rate to go to a jobsite regardless of how many tires are repaired or replaced at the jobsite of that service call. Service calls will take place at various locations as needed on the island of Oahu, HI (i.e. Pearl Harbor Naval Base, Kaneohe Marine Corps Base, Ford Island, Barber?s Point, etc.). Contractor must have the ability to respond to calls in one or more locations simultaneously. Contractor must complete the service call, and repair or replace tires within 4 hours of initial call by the government point of contact. Contractor shall be available to provide 24 hour service. CLIN 0002; FLAT TIRE REPAIR, Estimated 100 EACH ? Flat tire repair includes all labor, tools and materials for repairing a flat tire of any size on government owned material handling equipment (MHE). To include the transporter, low/boy trailer. Includes cost of a new valve stem if needed. CLIN 0003; TIRE MOUNTING, Estimated 300 EACH ? Tire mounting includes all labor, tools and materials for dismounting of the old tire and tube, and remounting of the new tire and tube. CLIN 0004; TIRE TUBES ? Contractor shall provide new tire tubes which shall be of an appropriate type and grade for the industrial grade tires listed in CLIN 0005. The contractor must contact the government?s point of contact and receive verbal approval prior to replacing any tire tubes. Price shall include any disposal costs of the old tube. Old tubes must be disposed of in accordance with all Federal, State, City and local laws, rules and regulations. CLIN 0004AA; 600X9 Tube, Estimated 30 EACH. CLIN 0004AB; 700X12 Tube, Estimated 50 EACH. CLIN 0004AC; 650X10 Tube, Estimated 36 EACH. CLIN 0004AD; 815X15 Tube, Estimated 20 EACH. CLIN 0004AE; 825X15 Tube, Estimated 8 EACH. CLIN 0004AF; 1000X20 Tube, Estimated 8 EACH. CLIN 0004AG; 1200X20 Tube, Estimated 10 EACH. CLIN 0005; NEW TIRES ? Contractor shall provide new industrial grade tires for government owned MHE to meet the following size, rating and ply requirements listed below (SubCLINs 0005AA through 0005AN). The contractor must contact the government?s point of contact and receive verbal approval prior to replacing any tires. Price shall include a new valve stem for reach tire as needed. Price shall also include any disposal costs of the old tire. Old tires must be disposed of in accordance with all Federal, State, City and local lows, rules and regulations. CLIN 0005AA; 600X9, 10PLY Tire, Estimated 28 EACH. CLIN 0005AB; 650X10, 10PLY Tire, Estimated 50 EACH. CLIN 0005AC; 700X12, 14PLY Tire, Estimated 50 EACH. CLIN 0005AD; 815X15, 14PLY Tire, Estimated 10 EACH. CLIN 0005AE; 1000X20, 20PLY Tire, Estimated 16 EACH. CLIN 0005AF; 1200X20, 20PLY Tire, Estimated 8 EACH. CLIN 0005AG; 825X15, 14PLY Tire, Estimated 10 EACH. CLIN 0005AH; 7.50X16 Tubeless Tire, Estimated 8 EACH. CLIN 0005AI; 23X8.5X12 Tire, Estimated 8 EACH. CLIN 0005AJ; 5.70X8 Tire, Estimated 12 EACH. CLIN 0005AK; ST215/75R/14 Tire, Estimated 4 EACH. CLIN 0005AL; 27X8.5X15 Tire, Estimated 4 EACH. CLIN 0005AM; 245X70X17.5 Tire, Estimated 2 EACH. CLIN 0005AN; 20.5X8X10 Tubeless Tire, Estimated 8 EACH. Note: Quantities provided above for services (CLINS 0001 through 0003) and supplies (CLINS 0004 and 0005) are estimates. The contractor shall bill the government on a monthly basis for the number of service calls, flat repair services, mounting services, tubes and tires that are actually required by the government. Monthly Service Reports (MSRs) shall be submitted monthly with invoicing in accordance to the instructions that will be provided in the award document. The unit costs provided will be fixed prices. The period of performance is 01 October 2007 through 30 September 2008. This is a performance based service solicitation requiring a Quality Assurance Surveillance Plan (QASP) as a first deliverable. The contractor shall develop and submit a QASP within 15 days from date of award for review and approval of the government. Other specific tasks to be evaluated during performance will be CLIN 0001, 0002 and 0003, Contractor shall perform the tire services as stated above. The indicator will be timeliness, and the standard will be in accordance with the 4 hour standard as indicated above. The incentive will be positive performance evaluations. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items - Addendum to FAR 52.212-1, paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public; Express Warranties shall be included in the contract, delete paragraph h, multiple awards and insert single awards. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. THE FOLLOWING CLAUSES UNDER FAR 52.212-5 APPLY TO THIS REQUIREMENT AND SHALL BE INCORPORATED BY REFERENCE IN THE ORDER: FAR 52.219-6 ALTERNATE I, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332), FAR 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.), FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 05370 Tire Repairer, WG-6 $19.18/hour. FAR 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements?Commercial Item Acquisition, FAR 52.232-18 Availability of Funds. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7004 ALTERNATE I, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. GSAM 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items, which includes the following: GSAM 552.229-70, Federal, State, and Local Taxes and GSAM 552.232-78, Payment Information. THE FOLLOWING CLAUSES UNDER FAR DFARS 252.212-7001 APPLY TO THIS REQUIREMENT AND SHALL BE INCORPORATED BY REFERENCE IN THE ORDER: DFARS 252.225-7001, Buy American Act and Balance of Payments Program. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dp/dars/dfars.html or by request from this office. THE OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE FOLLOWING PROVISIONS ALONG WITH THEIR OFFER: FAR 52.212-3 ALTERNATE I and Certifications Offeror Representations and Certifications ? Commercial Items. Please complete your Representations and Certifications at the following website: http://orca.bpn.gov; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. U.S. Department of Labor Wage Determination number 2005-2153 Rev 5, dated 05/29/2007 for the state of Hawaii, Honolulu county applies to this solicitation and resulting award. For a complete list of all labor categories/hourly rates/applicable fringe requirements on this wage determination, please contact Mr. Galamay for a copy. A schedule of services/supplies Excel worksheet is available upon request. Any questions regarding this requirement must be in writing and submitted no later than 4:00p.m. (Hawaii Standard Time) 27 July 2007. Quotes must be received no later than 4:00p.m. (Hawaii Standard Time) 03 August 2007. Quotes may be emailed to patrick.galamay@gsa.gov, phone 808-541-1164 or faxed to 808-541-3604.
 
Place of Performance
Address: Fleet and Industrial Supply Center, 667 Safeguard Street, Pearl Harbor, HI
Zip Code: 96860-5033
Country: UNITED STATES
 
Record
SN01350984-W 20070726/070724222258 (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.