SOLICITATION NOTICE
J -- Repair of Fire Truck at Pueblo Chemical Depot, Pueblo, Colorado
- Notice Date
- 8/19/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336120
— Heavy Duty Truck Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - Denver, 72ND AND QUEBEC STREET KO, COMMERCE CITY, Colorado, 80022-1748, United States
- ZIP Code
- 80022-1748
- Solicitation Number
- W9125F-15-T-0002
- Archive Date
- 10/3/2015
- Point of Contact
- Hugh P. Blaney, Phone: 3032890149, Darlene O. Wyatt, Phone: 3032890134
- E-Mail Address
-
hugh.p.blaney.civ@mail.mil, darlene.o.wyatt.civ@mail.mil
(hugh.p.blaney.civ@mail.mil, darlene.o.wyatt.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepare in accordance with the format in Subpart 12.6, using Simplified Acquisition Procedures for commercial items at FAR Part 13 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W9125F-15-T-0002 and this combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation is restricted to small business concerns with a small business size standard of 1000 employees and all interested vendors shall submit written quotes (oral quotes will not be accepted). The North American Industry Classification System (NAICS) code for this project is 336120. The purpose of this combined synopsis/solicitation is to provide repair of a Fire Truck located at Pueblo Chemical Depot, Pueblo, Colorado. The Scope of Work for this project follows: SECTION C-1 C1.1. INTRODUCTION C1.1.1. LOCATION OF WORK: The work required by this Contract is to be performed at the Contractors location. C1.1.2. SCOPE OF WORK: C1.1.2.1. The Contractor shall, as an independent contractor and not as an agent of the government, furnish all management, engineering, safety and health, supervision, labor necessary for the maintenance support specified in this solicitation. C1.1.2.2. The services and work required by this contract to support the maintenance and certification of the installation' Fire dept vehicles, which are described in this sow. C1.2. General Requirements C.1.2.1. The contractor shall evaluate, repair, and certify those PCD FD Vehicle asset (2001 Pierce Saber Fire Truck) IAW NFPA standards. C1.2.2.. The Contractor shall be responsible for providing qualified personnel to perform all requirements of this Contract during the term of this contract. C1.2.3. All repair/maint/certification shall be IAW NFPA standards. C1.2.4. The Contractor shall provide an adequate staff to perform the requirements of this contract. C.1.2.5. Safety/Security Requirements: C.1.2.5.1. The Contractor shall be responsible for security of all government-owned material and equipment provided to him under this contract. The Contractor may be held liable for negligent damage to or loss of government-owned vehicles and equipment entrusted to the Contractor's care. All Government owned equipment will be secured in IAW AR I90-13, AR I90-51, and PCD security regulations. C.1.2.5.1.1.Damage to Government property or loss of government property resulting from the activities of the Contractor, his agents, and employees shall be reported within the hour to the COR. The Contractor repair or replace damaged Government property at no additional cost to the Government. C.1.3. Specific Project requirements C.1.3.1. F.D. Asset evaluation C.1.3.1.1. The contract shall conduct a thorough evaluation of the PCD FD vehicle, in order to ascertain the repairs/maint/certifications needed to bring the vehicle to NFPA operational status. C.1.3.1.2. Once completed the contractor shall provide the Contracting Officer (KO) a written estimate of the cost and hours to bring the vehicle to operation status. C.1.3.1.3. This estimate shall be broken into 3 parts: Repairs, Maintenance and Certifications needed. Each part shall be costed separately. c.1.3.1.4. PCD will transport the vehicle to the Contractor's site. C.1.3.2. Vehicle Repairs C.1.3.2.1. The contractor shall repair the PCD vehicle to bring it to NFPA and manufacturer standards. C.1.3.2.2. Known Issues 1.) Aerial Water pipe is leaking 2.) Pump Panel water temp gauge is inoperable 3.) Dead man switch is inoperable 4.) Dash Board repair needed 5.) Digital Odometer is broken 6.) Pump Packing is leaking 7.) On board generator starter switch is broken 8.) Exhaust pipe rattles 9.) Diesel Engine has oil leak 10.) Hydraulic steering cylinder is leaking 11.) Pump panel water tank level ¾ is out 12.) Captains side LDD is leaking 13.) Truck retractable step has broken latch 14.) Cab Box lights do not charge 15.) Windshield needs replacing 16.) Foamed system needs cleaning 17.) #1 Front ¾ crosslay leaks 18.) Aerial Ladder has bedding issues 19.) Engine smokes excessively C.1.3.2.3. Other Issues C.1.3.2.3.1. The contractor shall not be limited to those issues not specified in C.1.3.2.2. Known Issues. C.1.3.3. Vehicle Maintenance C.1.3.3.1. The contractor shall conduct the necessary maintenance on the PCD vehicle to bring it to NFPA and manufacturer standards C.1.3.3. Vehicle Certifications C.1.3.3.1. The contractor shall provide the necessary certifications on the PCD vehicle to bring it to NFPA standards. C.1.3.4. Contractual requirements C.1.3.4.1. The contractor shall be required to attend a site visit to inspect the vehicle and ask questions of the PCD staff. C.1.3.4.2. The contractor shall propose in 3 parts; Asset Evaluation, Repairs required, Certifications. C.1.3.4.3. The KO and pertinent shall review the documentation required in C.1.3.1.2. One reviewed the contractor shall wait until the KO gives notice to proceed. C.1.3.5. Demonstration of Functionality C.1.3.5.1. The contractor shall demonstrate complete functionality prior to final acceptance. C.1.3.6. Contract Period of Performance The contract period shall be effective on the date of the Contracting Officer's signature, and all performance shall be complete within 180 days after award. Offerors are required to provide the unity price and the total price for the following items: Clin 0001 Repair of Fire Truck Quantity 1 Job Unit Price_______________ Total Price_______________ Period of Performance: 180 days after award This CLIN is established for all labor, material, subcontract and other direct costs associated with the repair of the Fire Truck. This work element includes all repairs (as defined in the Scope of Work), Maintenance and Certification of fire equipment as defined in the Scope of Work. Clin 0002 Transport of the Fire Truck Quantity 1 Job Unit Price__________________ Total Price_____________________ Period of Performance: 180 days after award This CLIN is establish the all expenses associated with shipping the Fire Truck to the contractor's facility for repair and return of the vehicle to Pueblo Chemical Depot for final function testing and acceptance by the Government. Cling 0003 Contract Manpower Reporting (CMR) The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under a resultant contract for repair of the Fire Truck via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address; http://www.ecmra.mil and then click on Department of the Army CMRA or the icon of the DOD organization that is receiving the repair services. Reporting inputs will be for the labor utilized during the period of performance during each Government fiscal year (FY) from October 1 through September 30 Inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Quotes must be addressed to Mr. Hugh Blaney with the solicitation number (W9125F-15-T-0002) NO LATER THAN 4:30 p.m. MST on Friday, September 18, 2015.This copy must be signed by an official fully authorized to bind the Vendor. Site Visit: The site visit will be held on Thursday, September 3, 2015 at 10:00 A. M. The meeting point will be at Building 1, conference room, Pueblo Chemical Depot. It is request interested parties advise the Contracting Officer by e-mail (hugh.p.blaney.civ@mail.mil) not later than Monday, August 31, 2015 if they plan to attend. Please include the solicitation number (W9125F-15-T-0002), the name of the company, address, phone number and e-mail address and the name of your representatives who plan to attend. Please note that In order to gain access to Pueblo Chemical Depot, individuals must have current identification and if they are driving a vehicle; a driver's license, a valid automobile registration and proof of car insurance. Due to space limitations, each firm is limited to two representatives. Interested parties are NOT required to attend the site visit in order to submit an offer. The following provisions and clauses are applicable to this procurement FAR 52.212-1, Instructions to Offerors, Commercial. There is no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items. There are two evaluation factors applicable to this procurement; price and past performance. Price is the most important factor as past performance is significantly less important. Offerors are required to submit two projects that illustrate their experience in the performance or repair and maintenance services similar to those required by this Scope of Work. Information should include a brief description of the work, the value and a point of contact with telephone/e-mail address from the customer who may attest to the performance of the work. FAR 52.212-3 Alternate 1, Offeror Representations and Certifications-Commercial Items. Offerors must include a completed copy of this provision. FAR 52.212-4, Contract terms and Conditions without an additional agenda. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies. In additional, the offeror must complete the certification included within FAR 52.222-51. Additional clauses that will apply to this procurement are as follows: FAR 52.242-15 Stop-Work Order FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation DFARS 252.201-7000 Contracting Officer's Representative 5152.232-4003 Wide Area Workflow and Instructions 252.232.7003 Electronic Submissions of Payment Requests & Receiving Reports. 252.232.7006 WAWF Payment instructions The full text of these clause and provisions may be assessed electronically at the following website: http://farsite.hill,af.mil In order to be awarded the contract all offerors are required to be registered in the System for Award Management and are also required to complete FAR 52.212-3, Offer Representations and Certifications-Commercial items Contracting Office Address: Rocky Mountain Arsenal, ATTN; Hugh Blaney, 6650 Gateway Road, Commerce City, Colorado 80022
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/00ed22cba6722f952d49ea3282114fa4)
- Place of Performance
- Address: Pueblo Chemical Depot, Pueblo, Colorado, 81006, United States
- Zip Code: 81006
- Zip Code: 81006
- Record
- SN03845073-W 20150821/150819235032-00ed22cba6722f952d49ea3282114fa4 (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 |