SOLICITATION NOTICE
25 -- ATV Maintenance
- Notice Date
- 9/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- FA4861-09-Q-B033
- Archive Date
- 10/3/2009
- Point of Contact
- Stephen M. Colton, Phone: 7026523365
- E-Mail Address
-
Stephen.Colton@nellis.af.mil
(Stephen.Colton@nellis.af.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 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. SOLICITATION #: ATV Maintenance This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 811310 This combined synopsis/solicitation. This solicitation is for full and open and unrestricted competition. Nellis AFB, Las Vegas, NV requires a one year contract for ATV maintenance in accordance with the below PWS. This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-36 effective 11 August 2009) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel. FAR 52.211-6 - Brand Name or Equal, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders,, FAR 52.217-8 Extension of Services, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-41- Service Contract Act, FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires,. 52.222-43 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts), 52.223-5 -- Pollution Prevention and Right-to-Know Information, FAR. 52.223-10 -- Waste Reduction Program, FAR 52.225-3- Buy American Act -Free Trade Agreements - Israeli Trade Act FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation., FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to stephen.colton@nellis.af.mill no later than 18 Sept. 2009, 4:30 PM Pacific time. PWS ATV Maintenance - Statement of Work 99 CES Readiness, Nellis AFB 1. Provide maintenance on 12 Readiness ATVs (a mixture of John Deere Gators, Polaris Rangers, Polaris quad-runners and Honda quad-runners). Services to include but not limited to routine maintenance and repairs (including parts and materials) in accordance with manufactures recommendations. All work is to honor warranties associated with manufacturer's recommendations. (See ATCH for Serial Numbers) 2. Service to include but not limited to all maintenance and lubrication for all of the following: filtering systems (all oil, transaxle, air, emission systems, cooling, breaks and fuel filters); all gear cases (Polaris has three gear cases: front, middle, and rear); steering, suspension and springs (front and rear shock absorber springs and rotate as required); and throttle system, cable, carburetor, etc. These services should be preformed at least once every 200 hours, or twelve months whichever comes first. 4. Service is to include but not limited to inspection and tune-up (as well as required and necessary repairs) on the following: throttle system, cable, carburetor, electrical diagnostic system (if any), electrical components, lights, bulbs, head lights, warning lights including emission control system, spark plugs and spark plug arrestors as required. 5 Service is to include. inspection and repair of all tires, wheels, seat belts, batteries, engine accessory belts, drive train and automatic transaxle, cylinder head, cylinder base including draining, flushing and refilling the cooling system at 60-month interval (if not required sooner), and replacing all hoses. (Pressure test cooling system and clean and replace parts as necessary). 6. Service is to include any and all other recommended service and maintenance required by the manufacturers manual to maintain ATVs worldwide deployable (including parts and materials) and any and all repairs (including parts and materials) to maintain ATVs in operational, deployable condition for base emergency operations. 7. NOTE: These vehicles are used on a regular basis in base operations, used in base exercise scenarios and training scenarios and operated in a harsh desert environment and will require regular and routine maintenance to maintain them in a ready state of operation. 8. Any services, maintenance, and repair work including parts and materials not specifically identified above that the service provider feels necessary should be referred to the following Points of Contact: SrA Jeremy Breillatt, A1C Scott Hoover, SSgt Mark Fow ext 652-1342 or 652-1639; or Mr. Bill Richardson ext 652-1159. ATTACHMENT (SERIAL NUMBERS) POLARIS RANGERS: Model A04RF50AA 4XARF50A24D161922 4XARF50A24D161921 4XARF50A24D161919 4XARF50A84D442865 4XARF50A04D442861 POLARIS QUAD RUNNERS: 4XACH68M24A075418 MODEL NO: A04CH68MA 4XAMH68AX5A369774 MODEL NO: A05MH68AP HONDA QUAD RUNNERS: HC 4105226 1994 MODEL# TRX300FW RR HC4000 HC 4105047 1994 MODEL#TRX300FW RR HC_000 JOHN DEERE GATORS MODEL 6 X 4 DIESEL MILITARY MOM 6X4D015282 MOM 6X4D015322 MOM 6X4D015317
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-09-Q-B033/listing.html)
- Place of Performance
- Address: Nellis AFB, Las Vegas, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN01954695-W 20090917/090916000240-ac309e1c9cd0c74f54ef143f2b863d07 (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 |