Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOLICITATION NOTICE

J -- M939 Series Blast and Paint Cargo, Tractors, Wreckers, and Dump Expandos

Notice Date
5/26/2010
 
Notice Type
Presolicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Red River (TACOM-CC), ATTN: CCTA-HDR, 100 Main Drive, Building 431, Texarkana, TX 75507-5000
 
ZIP Code
75507-5000
 
Solicitation Number
W911RQ10R0015
 
Response Due
6/22/2010
 
Archive Date
8/21/2010
 
Point of Contact
Tara Zwermann, 903-334-3471
 
E-Mail Address
Red River (TACOM-CC)
(tara.zwermann@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Red River Army Depot has an urgent requirement for the following Prep/Blast/Paint M939 Series Cargo, Tractors, Wreckers, and Dump Expandos: This work instruction establishes the requirements for contractors bidding to clean, blast, prep and paint and perform confined space repairs to the below listed assets. M939 Series Blast and Paint Cargo and Trailers M939 Series Blast and Paint Wreckers and Dump Expandos Additional configurations may be added to this contract by mutual agreement in accordance with the Changes provision contained in 52.212-4 included in this solicitation. The contractor shall provide the transportation to pickup and deliver the assets at RRAD. * Distribution of trucks In the event of multiple awards: After the issuance of delivery orders, the contract providing the lowest cost will be provided up to their stated daily capacity. Assets will not be held over from day to day nor used to make up for previous days if less than the stated capacity had been provided. I.e., if the low offeror is capable of producing 2 per day and the Government has 4 trucks to be performed, the extra 2 trucks will be provided to the second contractor irrespective of subsequent days or previous days production. * The contractor and the government shall perform a joint damage inspection at the time of pickup and delivery. * Cargo trucks must be completed and returned no later than 7 working days from the date they were offered to the contractor. Wreckers and Expando Vans must be completed and returned no later than 10 working days from the date they were offered to the contractor. Assets will be delivered back to RRAD from the contractors facility in the same order they are received. RRAD reserves the right to assign priority to assets based on RRAD production schedules. Cleaning and Prepping: All assets will be steam cleaned as part of the prep process All areas to be painted will be free of oils, solvents, dirt, flaking paint, grease, rust and corrosion prior to painting. Scratches and bare spots must have surrounding paint feathered and primed with an approved primer to ensure proper adhesion of new paint. Harnesses, hoses, machined surfaces, grease fittings, bearings, power steering rods, universal joints, vents, and all glass must not be damaged by the cleaning or painting process. Contractor must adequately protect these areas to prevent damage, contamination, or paint overspray. Contractor will ensure all vehicles will be free of all debris and prep materials Rust Proofing: Rust proofing does not apply to fuel tanks, radiators, engines, transmissions, vehicle suspension systems, transfer cases, and axles. All vehicles will be rust proofed. Contractor rust proofing will meet or exceed the standards set in TB-43-0213. All areas to be undercoated will be primed and painted first All corroded areas will be treated, after cleaning and corrosion removal, with a commercially available, RRAD approved, rust inhibitor (see MIL-PRF- 81309F). The commercial brand One Step or Silver Max is approved for use. Use of any other rust inhibitor must be approved by the contracting officer or his representative in writing. All areas treated for rust and corrosion will be primed over after therust inhibitor has been applied All undersides and shaded areas will be undercoated with a Chemsol 132 under coating.Firewalls are also to be treated with undercoating except areas subject to high heat transfer or areas normally not painted. Components attached to the firewalls are not to be undercoated. Priming and Painting: All priming and painting will be performed in accordance with or exceed the standards set in TM 43-0139. All vehicles shall be painted with CARC paint and have 3-Color camouflage Pattern (approved paint 383 Green, 383, Black, and 383 Brown) or Desert Tan approved paint 686 Tan) applied as directed by the contracting officer. Engine area will be painted with High Heat Black IAW applicable TMs and Mil Std. All areas that are not to be painted shall be taped, masked or otherwise protected from overspray. Tires shall not be painted and will be protected from overspray. Hoses, seals, harnesses, glass lamps, markers, electrical connectors, mirrors, machined/working surfaces (example: steering shafts), vents, grease fittings, and all glass will not have overspray. These areas will be protected from paint and must be paint, tape and glue free at the time of delivery to the Government. Regardless of the number of layers of topcoat, the total dry film thickness shall not exceed 13 mils. SPARE TIRE will accompany trucks. The spare tire wheel will be painted 383 Black on both sides. The tire itself will be protected from overspray. Over spray on spare tire is not acceptable. The spare tire will be shipped with the truck mounted in its proper location. E. EXHAUST GRILL will not be mounted on truck, it will be placed in the cab for shipment to paint contractor. Contractor will paint the EXHAUST GRILL and ship it back to RRAD in the cab of the truck like. Contractor will ensure any hardware accompanying the exhaust grill is returned to RRAD as well. Workmanship: Workmanship will be in accordance with TM 43-0139 and the appropriate technical manuals. Problems including, but not limited to overspray, insufficient coverage, dry spray, runs, solvent pops, fish eyes, peeling paint, paint cracking, hardening problems, dirt or corrosion in paint are not acceptable. The contractor shall repair free of charge any defects caused by substandard workmanship or material for 12 months from the date of DD250. These defects include paint fade, rust bled thru, peeling paint, or any other paint related defects. This is a requirements based service contract. This is a 100% Small Business set aside. NAICS Code: 811121 Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor willbe required to follow all of the requirements of this regulation. Request for quote will issue on or about 01 JUNE 2010 and will close on or about 22 JUNE 2010 and will be available on the RRAD website: https://www.redriver.army.mil. Address all questions and comments in writing to tara.zwermann@us.army.mil. All bids must be submitted on the Standard Form 1449!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eab80c6bf5c2e168a4f717016eeb1883)
 
Place of Performance
Address: Red River (TACOM-CC) ATTN: CCTA-HDR, 100 Main Drive, Building 431 Texarkana TX
Zip Code: 75507-5000
 
Record
SN02160856-W 20100528/100526235114-eab80c6bf5c2e168a4f717016eeb1883 (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.