SOLICITATION NOTICE
J -- Semi Trailer Refurbishment
- Notice Date
- 7/27/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811118
— Other Automotive Mechanical and Electrical Repair and Maintenance
- Contracting Office
- USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- W912LP-07-Q-0013
- Response Due
- 8/14/2007
- Archive Date
- 10/13/2007
- Small Business Set-Aside
- N/A
- Description
- (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. (II) This solicitation is issued under Request for Quotation (RFQ) number W912LP-07-Q-0013. All proposals shall reference the RFQ number and s hall be submitted by 8:00 a.m. local time on 14 Aug 2007. The anticipated award date is 21 Aug 2007. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-18 dated 5 July 20 07. (IV) This acquisition is reserved for a small business concern; however, the Government is accepting quotes from small business concerns and large businesses. In the event of insufficient small business concern participation, (minimum of two) award may be made to participating large business. The North American Industry Classification system code (NAICS) is 811118 with a size standard of $6.5. (V) Supplies and Services: Line Item 0001, Inspection, maintenance and repair of a fleet of 34 ton Flatbed Semi-Tr ailers. Qty- 72 (ea) broken down as follows: Model Number M872, NSN 2330-01-039-8095 (6 ea)/ Model Number M872A1, NSN 2330-01-109-8006 (61 ea) / Model Number M872A2, NSN 2330-01-119-5837 (4 ea)/ and Model M872A3, NSN 2330-01-142-1385 (1 ea); Line Item 00 02, Tires Requiring Replacement- Qty 250 (ea); Line Item 0003, Contractor Manpower Reporting- Qty 1 (ea) (VI) For the Statement of Work, and the Quality Assurance Matrix, please refer to the this solicitation on the following website: http://216.81.179.13 4/ebs/advertisedsolicitations.asp (VII) Delivery Information- All trailers will be stationed in Mason City, IA 50401. Delivery and pickup will be done by the vendor to and from the location. The vendor will coordinate to have no more than 20 trailers at any given time. In addition to the aforementioned individual condition report, a monthly progress report will be provided to the applicable COR after purchase order award. All repair and maintenance work to the trailers must be completed within 180 days of award. (VIII) The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial (IX) 52.212-2, Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers; Past Performance and Price. Past performance will be rated approxim ately equal to price. The offeror shall submit past performance references (include points of contact, e-mail addresses and telephone numbers) for the firm on not less than three (3) or more than five (5) contracts that demonstrate a minimum of five years experience with a Federal Agency in performing work that is similar in scope, size complexity, and client type to the requirements of the Statement of Work (SOW) (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offe rors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orde rs-Commercial Items. Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copie d Doubl e-Sided on Recycled Paper; 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-25 Affirmative Action, 52.222-22, Previous Contracts and Compliance Reports; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party; 52.222-42, Statement of Eq uivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act- Price Adjustment; The following clauses and provisions are also incorporated by reference: 52.232-18, Availability of Funds; 52.252-1, Provisions incorporated b y Reference; 52.252-2, Clauses Incorporated by Reference 252.226-7001 Utilization of Indian Organizations, Indian-Owed Economic Enterprises, and Native Hawaiian Small Business Concerns; The following clauses and provisions within 252.212-7001, Contract Te rms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) are applicable; 52.203-3, Gratuities; 252.225-7012,Preference for Certain Domestic Commodities; 252.243-7002, Request f or Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. The following additional clauses and provisions are added in full text: 52.233-2, Service of Protest (CW4 Mark Thompson, USPFO, 7105 NW 70th Ave, Johnston, IA 50131-1824). 52.211-1 6, Variation in Quantity, The permissible variation shall be limited to a 10 % increase or 10% decrease. This increase or decrease shall apply to the total number of tires requiring replacement. (XIII) Changes/amendments, wage determination, questions and answers, will be posted on the following website: http://216.81.179.134/ebs/advertisedsolicitations.asp Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be contained in a document titled Ques tions and Answers. Offerors are requested to submit questions to the email address noted below not later than 4:00 p.m., 13 Aug 2007. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an ame ndment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A (XV) N/A (XVI) Sign and date y our offer, the offer must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: TSgt Renee Rausch, Contract Specialist at or before 8:00 a.m., 14 Aug 2007. (XXVII) For information regarding this solicitation contact TSgt Renee Rausch, renee.berg@ia.ngb.army.mil or CW4 Mark Thompson at mark.thompson@ia.ngb.army.mil.
- Place of Performance
- Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
- Zip Code: 50131-1824
- Country: US
- Zip Code: 50131-1824
- Record
- SN01354855-W 20070729/070727221432 (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 |