Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2011 FBO #3486
SOLICITATION NOTICE

J -- Remove cargo boxes, tailgates and job boxes from trucks and install on new chassis - STATEMENT OF WORK

Notice Date
6/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-11-Q-0040
 
Archive Date
7/15/2011
 
Point of Contact
Christine A. Todd, Phone: 5405425283
 
E-Mail Address
christine.todd@dhs.gov
(christine.todd@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
HSFEMW-11-Q-0040 SOW 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; offers are being requested and a written solicitation will not be issued. HSFEMW-11-Q-0040, issued as a Request for Quotation (RFQ), is for the purchase of automotive body, paint and interior repair and maintenance and labor and materials associated with the removal and install of automotive body, paint and interior repair and maintenance for trucks numbered 571, 574, 585, and 592 located in Maynard, MA. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-50. This procurement is being solicited on a total small business basis. The NAICS and small business size standard for this project are: 811121/$7.0 million. Only one award will result from this solicitation, via the issuance of firm-fixed-price simplified acquisition order. The statement of work (SOW) for each truck will be issued as an attachment to this announcement. FEMA will deliver the trucks to the contractor's site within 5 business days from award date. FEMA will inspect and pickup the trucks within 5 business days from notice of completion from the contractor's site. Inspection and acceptance will be done at contractor's site. The quote shall include a schedule of completion. The overall period of performance is 60 calendar days after receipt of award. The offeror must be capable of completing the work within 60 calendar days after receipt of the Government award document. All work shall be warranted as per industry standards. For warranty and service purposes, the successful contractor must be not more than 40 miles from the Government facility. SPECIFIC TASKS: See SOW attachment All contractor personnel requiring access to the Government facility must have a current valid ID indicating US citizenship and for contractor personnel actually driving onto the facility a valid state issued driver's license is required. BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. Offerors shall provide a detailed price quote to include the cost of the repair and maintenance, all associated labor costs and other associated costs (e.g., excise tax for the tires, tire disposal costs, etc.). The price quote shall be broken down in order for the Government to perform a complete evaluation of the proposed price quote. In order for an offeror to be considered technically acceptable, the following mandatory requirements must be met: (a) offeror must be located within a 40 mile radius of the Government facility, (b) offeror must provide 3 references and projects that are similar to this project. Offerors must be registered in the Central Contractor Registration (CCR) database (via the Internet at http://www.ccr.gov) as well as having completed the electronic annual representations and certifications at http://orca.bpn.gov. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The following FAR clauses also apply: 52.204-10 "Reporting Executive Compensation and First-Tier Subcontract Awards," 52.212-4 "Contract Terms and Conditions--Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6 "Restrictions on Subcontractor Sales to the Government," 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," 52.222-35 "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.222-36 "Affirmative Action for Workers with Disabilities," 52.222-37 "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.225-1 "Buy American Act--Supplies," 52.225-13 "Restrictions on Certain Foreign Purchases," and 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database and who has completed the online annual representations and certifications as identified above. BRAND NAME OR EQUAL: Maxon GPC33 3,300lb cantilever tailgate with 73 X 94.5 aluminum platform assembly. Waltco E30 3,000lb Tuckaway tailgate with 46" X 84" steel platform. A site visit will be held on 06-22-2011, 10:00 AM/Eastern Standard Time (EST) at 65 Old Marlboro Rd, Maynard, MA. 01754. No more than two (2) representatives per contractor will be permitted to attend the site visit. Interested parties shall e-mail Ms. Christine Todd at christine.todd@dhs.gov with name, address, telephone number, and e-mail address of each contractor's representative member(s) by 06-17-2011, 5:00 PM/EST. Failure to register may preclude Offeror's entry. Due date for receipt of responses to this RFQ will be 06-30-2011, 5:00 PM/EST to Ms. Christine Todd at e-mail address: christine.todd@dhs.gov or fax number at 540-542-2632 or 2631. Ms. Todd's telephone number is: 540-542-5283. Electronic responses are preferred and strongly encouraged. Questions concerning this RFQ will NOT be entertained after 1:00 PM/EST on 06-23-2011 and must be emailed or faxed to Ms. Todd at the e-mail address and fax numbers provided above. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-11-Q-0040/listing.html)
 
Place of Performance
Address: Maynard, Massachusetts, United States
 
Record
SN02468247-W 20110611/110609234425-72ad3c701e8b3e3007906938b7241dbd (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.