SOLICITATION NOTICE
J -- 87L00520 Repair
- Notice Date
- 9/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811198
— All Other Automotive Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F3S3217178AQ01
- Response Due
- 9/14/2007
- Archive Date
- 9/29/2007
- Description
- The 375th Contracting Squadron at Scott AFB IL is contemplating an award for repairs on fire truck 87 L00520 according to Statement of Work (SOW). This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3S3217178AQ01, it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-05 and the Defense Federal Acquisition Regulation Supplement DCN 20050726 Edition. (iv) This acquisition is set-aside 100% for small business under North American Industry Classification System (NAICS) code 336120. The small business size standard is 1,000 employees. (v) Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov (vi) CLIN(S): 0001- Repair fire truck 87L00520 according to Statement of Work. LINE ITEM QTY UM UNIT PRICE EXTENDED AMOUNT 0001 001 each $______________ $_________________ Total Quote $_______________ PROVIDE PRICING FOR THE CLIN ON THE ATTACHED RFQ. (vii) Description of requirement: Statement of Work STATEMENT OF WORK REPAIR PUMP TRANSMISSION FIRETRUCK 87L00520 1. Truck is a 1987 Nolan Company model 35350-87, ladder portion was manufactured by 3-D Fire Apparatus. 2. Perform all repairs required to put vehicle back in safe and serviceable condition. Repairs are to include, but are not limited to, the following: a. Build new booster tank, 70 sq ft, 12 gauge steel. b. Repack main fire pump. Government will furnish packing. c. Replace complete waterway tube assembly. d. Replace water tank piping as needed e. Check tank-to-pump valve. Repair as needed. f. Replace all outrigger hoses as needed. g. Inspect turn table contactor ring for damage. Repair as necessary. At this time, inspect turn table for wear (i.e., cracked bolts). Repair as necessary. h. Repair water leak under joint at contactor ring. i. Replace all ladder slide pads. j. Replace hydraulic on ladder slide assembly as needed. k. Rebuild 2 hydraulic cylinder assemblies on ladder. l. Repair basket auto-level system. m. Adjust ladder lock to insure proper operation. Currently hard to get ladder out of cradle. n. Repair basket auto-level system. o. Do any other repairs to make truck safe and able to pass aerial inspection. 3. POC is Ms Ruth Schauster, 256-5676. (ix) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON THE ATTACHED RFQ: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ (x) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: PRICE (xi) OFFERORS MUST INCLUDE WITH THEIR QUOTE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE. (xii) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies. (xiii) The clause at FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies. The following clauses apply: FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; 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 of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (xiv) The following provisions and clauses also apply and, in accordance with FAR 52.252-1, are incorporated by reference: FAR 52.209-6, Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment FAR 52.222-41, Service Contract Act of 1965 FAR 52.232-18, Availability of Funds; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-3, Continuity of Services FAR 52.247-34, F.O.B. Destination; DFAR 252.204-7003, Control of Government Personnel Work Product DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause) In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com (xv) N/A (xvi) N/A (xvii) Quotes are due to: 375 CONS/LGCB 201 E Winters St Bldg 50 Scott AFB IL 62225-5015 QUOTES ARE DUE NO LATER THAN 4:00 P.M. CST ON 14 SEPT 2007. Quotes may be faxed or emailed to the number or address listed in (xviii) of this combined synopsis/ solicitation PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. (xviii) The point of contact for this acquisition is Chris Tucker. His phone number is 618-256-9270; fax is 618-256-5237; e-mail address is chris.tucker@scott.af.mil.
- Place of Performance
- Address: Contractors place of business.
- Zip Code: 62225
- Country: UNITED STATES
- Zip Code: 62225
- Record
- SN01397147-W 20070908/070906221411 (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 |