Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

J -- Repair Fire Truck

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
139 AW/180 AS/MSC, Rosecrans Memorial Airport, 705 Memorial Drive, St. Joseph, MO 64503-9307
 
ZIP Code
64503-9307
 
Solicitation Number
W912NS12T3005A
 
Response Due
9/11/2012
 
Archive Date
11/10/2012
 
Point of Contact
Adam Danner, 8162363256
 
E-Mail Address
139 AW/180 AS/MSC
(adam.danner@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for services to Repair Damages to Fire Truck. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W912NS-12-Q-3000, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-60 effective 26 Jul 2012). This procurement is 100% small business set-aside in accordance with FAR 19.502 - 2 (a). The NAICS code is 811198 and the small business size standard is $7 Million. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the Central Contractor Registration database. (Reference: DFARS 252.204-7004, Alt A Required Central Contractor Registration).The following services are requested in this solicitation. PERFORMANCE WORK STATEMENT DIVISION 1: Summary of Work: Provide all labor, materials, transportation and equipment required to Repair Damages to Fire Truck. The Contracting Officer's Representative (COR) for this project will be LtCol Grace Link 816-236-3230. 1.Project Location: Currently the Fire Truck is located at Midway USA Collision Center, 3420 Gardner Ave, Kansas City, MO 64120. The contractor shall transport the Fire Truck to their repair center. 2.Performance Period: 90 calendar days after receipt of award. 3.Government Furnished Equipment: The Government has already obtained a few parts to be used for this repair. The parts include: Flywheel Housing and Transmission Converter Housing. The Government will ship these parts to the contractor's place of business at the governments' expense. 4.Damage to Government Property: Any damage caused by the contractor or subcontractor to government property shall be replaced or repaired to the satisfaction of the government by the contractor at no cost to the government. 5.Laws and Regulations: The contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Missouri State Law, Occupational Safety and Health Administration (OSHA) regulations, and National Guard Bureau regulations. DIVISION 2: SCOPE Fire Truck: Year: 2012, Make: KME S/N 142713, Model: Fire Apparatus/Panther 2 # CS-C20-1250, VIN: 1K9AF4286CN058335. Contractor Responsibilities: The contractor shall be responsible for ensuring the fire truck is fully repaired. The contractor shall schedule a National Fire Protection Association (NFPA) 1911 (Standard for the Inspection, Maintenance, Testing, and Retirement of In-Service Fire Apparatus) compliant pump test certification to be conducted after the Fire Truck has been fully repaired. The contractor shall coordinate with COR to schedule a representative from the 139th Airlift Wing or Air National Guard to verify vehicle repairs and that the pump test was conducted. Pump tests results shall be in document format. The contractor shall notify the COR of any additional repairs or parts needed to make this vehicle complete, useable and safe. NO additional work shall be performed until the contractor is notified in writing by the contracting officer for the 139th Airlift Wing, Missouri Air National Guard, Saint Joseph, MO. The Government estimated damages are as follow: Replace Right and Left Front Bumper Assembly. Repair Damages to the Frame. Repair Frame Damage Repair Wheel Alignments. Repair Frame Hitch & Mounting Brackets. Replace Engine Flywheel Housing and Transmission Converter Housing. Note: The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: price; technical acceptability. The offer submittal shall list the item by part number, number of hours for labor being offered, the product description as listed above, list the manufacturer and transportation costs. The offer shall list unit prices, total for each part number, and an overall totaled price. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Representations and Certifications (ORCA) found at this website: https://orca.bpn.gov/. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Additionally the following clauses and provisions apply to this acquisition: 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations -- Representation 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 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, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31 52.214-34 Submission of Offers in the English Language 52.214-35 Submission of Offers in U.S. Currency 52.219-1 Small Business Program Representations 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.129-22 Small Disadvantaged Business Status 52.219-28 Post - Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-42 Statement of Equivalent Rats for Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan -- Certification 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-- Certification 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-3 Continuity Of Services 52.242-15 Stop- Work Order 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) The contracting officer shall insert the following clause in all solicitations and resultant contracts. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION 2012-O0014) (August 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a)Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b)Include all substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c)The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. Applicable DFARS clauses included: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.204-7006 Billing Instructions 252.204-7008 Export-Controlled Items 252.204-7011 Alternate Line-Item Structure 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.225-7001 Buy American And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7001 Disposition of Payments 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252-247-7023 Alt III Transportation of Supplies by Sea The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 1:00 PM (CST), 13 September 2012, MSG/MSC, Rosecrans MAP, 705 Memorial Dr, St. Joseph, MO 64503-9307. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of SSgt Adam Danner at (816) 236-3313. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to SSgt Adam Danner, Contracting Specialist, at (816) 236-3256, adam.danner@ang.af.mil or Patricia Tanner, Contracting Officer, at (816) 236-3379, patricia.tanner@ang.af.mil. Contracting Office Address: 705 Memorial Dr Saint Joseph, Missouri 64503-9307 United States Primary Point of Contact: SSgt Adam Danner adam.danner@ang.af.mil Phone: 8162363256
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23-1/W912NS12T3005A/listing.html)
 
Place of Performance
Address: 139 AW/180 AS/MSC Rosecrans Memorial Airport, 705 Memorial Drive St. Joseph MO
Zip Code: 64503-9307
 
Record
SN02866060-W 20120906/120904235738-4e198bee92b0904e3864e86dc5a59aba (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.