SOLICITATION NOTICE
26 -- New tires, mounting and balancing - Chart of Tires
- Notice Date
- 6/30/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326211
— Tire Manufacturing (except Retreading)
- 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-0048
- Archive Date
- 7/30/2011
- Point of Contact
- Matthew A. Raible, Phone: 5405422248, Christine A. Todd, Phone: 5405425283
- E-Mail Address
-
Matthew.Raible@dhs.gov, christine.todd@dhs.gov
(Matthew.Raible@dhs.gov, christine.todd@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Chart of Tires 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-0048, issued as a Request for Quotation (RFQ), is for the purchase of tires and labor associated with mounting, balancing, install of new valve stems and tires and disposal fee for old tires. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-52. This procurement is being solicited on a total small business basis. The NAICS and small business size standard for this project are: 326211/1000. Only one award will result from this solicitation, via the issuance of firm-fixed-price simplified acquisition order. FEMA will deliver the vehicles to the contractor's site on an individual basis in accordance with a mutually agreed upon schedule. Work on individual vehicles must commence immediately upon arrival and be completed within the same business day as it was delivered. Inspection and acceptance will be done at contractor's site. All vehicles must be completed within 90 days after receipt of award. A mutually agreed upon schedule for all vehicles should be provided within seven (7) days of award. SPECIFIC TASKS: Successful contractor shall provide all tires, valve stems, labor, and any other accessories to replace all tires listed in attached chart. New tires to be mounted will have a DOT code that is within six (6) months of date of purchase. Tires with a date not meeting a DOT code that is within six (6) months of date of purchase will not be accepted. All work will be performed at the Contractor facility. The tires shall all be GoodYear brand tires or Equal, as listed in the attached chart. Tires should be the same brand for all vehicles as mix and matched tires will not be accepted. The overall period of performance is 90 calendar days after receipt of award. All work shall be warranted as per industry standards. For warranty and service purposes, the successful contractor must be not more than 30 miles from the Government facility located at 65 Old Marlboro Rd., Maynard, MA 01754. 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 tires, 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 specify in quote the make and model of tires proposed for the tires identified in the attached chart, (b) Offeror must be located within a 30 mile radius of the Government facility, (c) Offer must provide three (3) references and projects that are similar to this project including phone numbers of references. Quality of past performance will be evaluated on a pass/fail basis. 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: GoodYear tires or Equal are required per the attached chart. Due date for receipt of responses to this RFQ will be 2:00 PM/EST, 07/15/2011 to Mr. Matthew Raible at email address: Matthew.Raible@fema.gov or fax number at 540-542-2632 or 2631. Mr. Raible's telephone number is: 540-542-2248. Electronic responses are preferred and strongly encouraged. Questions concerning this RFQ will NOT be entertained after 2:00 PM/EST on 07/07/2011 and must be emailed or faxed to Mr. Raible at the email 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-0048/listing.html)
- Place of Performance
- Address: Maynard, Massachusetts, United States
- Record
- SN02486425-W 20110702/110630234900-39de54cd4cae3a223f3383392c5a74f0 (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 |