Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2016 FBO #5245
SOLICITATION NOTICE

23 -- F2P3L16021A001 - Ambulance Repair - Pictures

Notice Date
4/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Air Force, US Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270, United States
 
ZIP Code
09461-0270
 
Solicitation Number
F2P3L16021A001
 
Archive Date
5/7/2016
 
Point of Contact
Jesus L. Reyes, Phone: 01638522275, Asim W Siddiqui, Phone: 44 1638 522091
 
E-Mail Address
Jesus.Reyes.1@us.af.mil, asim.siddiqui@lakenheath.af.mil
(Jesus.Reyes.1@us.af.mil, asim.siddiqui@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Pictures of Ambulance Combined Synopsis/Solicitation Request for Quote (RFQ) - Ambulance Repair (F2P3L16021A001) Requesting Agency: 48th Logistics Readiness Squadron - 48 LRS/LRGV RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN Performance Address: 48th Logistics Readiness Squadron - 48 LRS/LRGV RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. In order to be considered for award, offerors must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference number F2P3L16021A001. ***To be considered for award, you or your company must be registered with SAM at https://www.sam.gov/portal/public/SAM/. Please note that electronic funds transfer through WAWF is the ONLY ACCEPTABLE means of invoicing and payment. Refer to https://wawf.eb.mil for registration information. Offerors must provide their DUNS number, CAGE code, and confirmation of their registration along with their quote. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is - 811111- General Automotive Repair. The SIC code for this requirement is 7538-General Automotive Repair. PRICE SCHEDULE: Potential Offerors are to provide a quote for the following: CLIN DESCRIPTION QUANTITY TOTAL PRICE 0001 Ambulance Repair (Removal, replacement, repair, and painting of ambulance parts; as well as all other actions for Ambulance Repair in accordance with Statement of Objective) 1 EA £ Overall Total Cost = £ •Ø See addenda and specific instructions below FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/ FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Provisions: 52.212-1 Instructions to Offerors - Commercial Items 52.252-5 Authorized Deviations in Provisions Department of Defense Federal Acquisition Regulations (DFAR) Provisions: 252.209-7001 Disclosure of Ownership or Control by the Gov't of a Terrorist Country The offeror represents that it has been duly authorized to operate and to do business in the country or countries in which the contract is to be performed. (End of provision) Federal Acquisitions Regulation (FAR) Clauses: 52-204-7 System for Award Management 52.212-3 Offeror Representations and Certifications-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, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). _ X _ (8) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). X (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _ X_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). X (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) X (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-50 Combating Trafficking in Persons Alternate I 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications 52.233-1 Disputes Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alternate A, System for Award Management 252.225-7042 Authorization to Perform 252.225-7043 Antiterrorism/Force Protection for Defense 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.247-7023 Transportation of Supplies by Sea Addenda to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d ) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: •A. To assure the timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph B - Quote Specifics. •B. Quote Specifics: All quotes must include the following information: •1. Contractor shall provide comprehensive Statement of Work (SOW). •2. Vehicle Mechanic Certification requried to work and operate in the United Kingdoms •3. Vendor's complete mailing and remittance address. •4. Discount for prompt payment; NET 30 days. •5. Offeror shall be enrolled in the System for Award Management (SAM) database ( www.sam.gov ). •6. Quotes shall be valid through 31 May 2016. •7. Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.). •8. Return a completed copy of Offeror Representations and Certifications; please see FAR 52.212-3 with ALT I for additional direction OR provide updated information electronically through ORCA at www.sam.gov •C. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. DELIVERY/INSTALLATION TIMEFRAME: All deliveries and installation shall be accomplished no later than 60 days after receipt of award. Place of Performance: USAF 48 LRS/LGRV (Att. TSgt Ronel Maquindang) RAF Lakenheath Brandon, Suffolk, England, IP27 9PN RESPONSES TO REQUEST FOR QUOTE: Quotes are due to this office no later than 2:00p.m. British Summer Time, 22 April 2016. Quotes may be sent via e-mail to TSgt Jesus Reyes at jesus.reyes.1@us.af.mil. Please reference 'Ambulance Repair - F2P3L16021A001 in the subject line. (End Addendum) BASIS FOR CONTRACT AWARD: This is a competitive solicitation for quotations on a Lowest Price Technically Acceptable-basis conducted in accordance with FAR part 12 and FAR part 13. The Government will make award from among technically acceptable quotes, based on price and technical. (End of Clause) 5352.201-9101 Ombudsman. Ombudsman (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. Douglas Guldan AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: douglas.guldan@us.af.mil Tel: DSN: (314)480-2209 Fax: (49)-6731-47-2025 Alternate: Ms. Heidi Hoehn AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: heidi.hoehn.de@us.af.mil Tel: DSN: (314)480-9330 Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 Health and Safety on Government Installations (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. If you have any questions or concerns, please contact one of the following: Primary point of contact: Contract Specialist: TSgt Jesus L. Reyes TEL: 01638-52-2275 or EM: jesus.reyes.1@us.af.mil Attachment(s): 1. Statement of Objectives 2. Suggested Repair Items 3. Pictures STATEMENT OF OBJECTIVES AMBULANCE REPAIR For 2009 FORD F350 4X4 REGULAR CAB AMBULANCE TRUCK 22 March 2016 1.0 PURPOSE The objective of this effort is to repair and return one (1) broken ambulance back into road service. After diagnosis, the vendor will communicate with the Contracting Officer the extent and final cost of the repairs. With their final cost the vendor shall provide a comprehensive Statement of Work (SOW) with their quote. The SOW shall clearly demonstrate how the vendor will repair the ambulance and return the vehicle back into service. 2.0 SCOPE The vendor will repair/replace whatever parts necessary to get the ambulance operational and back into service. Attach to this SOO is a preliminary list of items that may need to be repaired or replaced. This list is not all inclusive or final but should be considered for informational purposes only. 3.0 GENERAL REQUIRMENTS The vendor shall provide all materials, labor, management, and other incidentals necessary to meet the requirements as stated in this SOO. All materials provided shall be new and not refurbished. 4.0 PERIOD AND PLACE OF PERFORMANCE Performance period for this contract will be no more than 60 days from the date of award. The Government will not provide transportation. Vendor will need to transport the vehicle to and from RAF Lakenheath to their maintenance facility. 5.0 BACKGROUND The Government seeks manufacturer quality repairs. The ambulance has extensive damage to the front of the vehicle and rear suspension. 6.0 PERFORMANCE OBJECTIVES •- 100% Operational Vehicle •- Pass MOT inspection 7.0 DESIRED SKILLS AND KNOWLEDGE Individuals tasked to perform repairs must have all required auto mechanic certifications required to work and operate in the United Kingdoms. 8.0 GOVERNMENT FURNISHED EQUIPMENT The Government will not provide any Government-Furnished Equipment. 9.0 GOVERNMENT FURNISHED SERVICES The Government will not provide any services. 10.0 USER SELECTION CRITERIA Offers will be evaluated for Lowest Price Technically Acceptable (LPTA). Technically acceptable offer that meets or exceeds the technical acceptability standards established in the factors below. 10.1 Technical Acceptability will be rated subjectively by a technical evaluation team and will be equal to price. Technical Acceptability will be based on proof of mechanical certification and detailed approach in proposed SOW. The firm offering the best combination of price and technical Acceptability will be awarded this contract. 11.0 TESTING The Contractor shall perform industry standard testing prior to Government review and vehicle acceptance. The Contractor shall complete all installation and testing activities within 60 calendar days after contract start date. Suggested Repair Items Remove And Replace: Bumper,Front MLDG,Front Bumper Clip,FRT Bumper Panel,Front Valance Filler,Front Bumper LT Filler,Front Bumper RT Hook,Front Bumper Tow RT BRKT,Front Bumper MTG LT BRKT,Front Bumper MTG RT BRKT,Front Bumper MTG LT BRKT,Front Bumper MTG RT Grille Assembly Support,Grille LT Support,Grille RT Headlamp Assy,Halogen LT Headlamp Assy,Halogen RT Housing,Headlamp LT Housing,Headlamp RT Retainer,Headlamp Lens LT Retainer,Headlamp Lens RT Door,Headlamp LT Door,Headlamp RT Screw,Headlamp Adj LT Screw,Headlamp Adj RT Screw,Headlamp Adj LT Screw,Headlamp Adj RT Spring,Headlamp LT Spring,Headlamp RT Panel,Headlamp MTG LT Panel,Headlamp MTG RT BRKT,Headlamp Housing LT BRKT,Headlamp Housing RT BRKT,Headlamp Housing LT BRKT,Headlamp Housing RT BRKT,Headlamp Housing LT BRKT,Headlamp Housing RT Bulb,Side Marker LT Bulb,Side Marker RT Socket,FRT SD Marker LT Socket,FRT SD Marker RT Socket,FRT SD Marker LT Socket,FRT SD Marker RT Panel,Hood Hinge,Hood Panel LT Hinge,Hood Panel RT CRSMBR,Radiator Panel Upr CRSMBR,Radiator PNL Lower Radiator Deflector,Radiator LT Deflector,Radiator RT Defl,Radiator Upr Air Defl,Radiator LWR Air Baffle,Radiator Panel Blade,Engine Fan Shroud,Radiator Shroud,Radiator Condenser,A/C Fender,Front LT Fender,Front RT Nameplate,Fender RT Skirt,Inner Fender RT Intercooler,Turbo Exchange,Heat Cooler,Trans Oil Column Assembly,STRG Shaft,STRG Column LWR Absorber,Steering Shoc Absorber,Steering Shoc Arm,Steering Pitman End,Tie Rod Outer L/F End,Tie Rod Outer R/F Sleeve,Tie Rod L/F Sleeve,Tie Rod R/F Link,Steering Drag End,Tie Rod Outer Cooler,P/S Pump Oil Shaft,Rear Axle RT Hub,Rear Wheel RT Disc,Rear Brake RT Spring,Rear Leaf RT Shackle,Rear Spring RT BRKT,Rear Spring RT Bracket,Shackle RT Bracket,Shackle RT Absorber,Rear Shock LT Absorber,Rear Shock RT Rear Axel Steering Box Repair: Headlamps Aim Panel,Radiator Side LT Panel,Radiator Side RT Refrigerant Rcvry Setup A/C Evac Rechrg & RCVR Rear Body Prepare And Paint: Panel,Hood Hinge,Hood Panel LT Hinge,Hood Panel RT Panel,Radiator Side LT Panel,Radiator Side RT CRSMBR,Radiator PNL Lower Fender,Front LT Fender,Front RT Column Assembly,STRG Column Assembly,STRG Rear Body Other Actions: Susp Check,4 Wheel W/A Replace : A/C Gas W/A Gear Oil E.P.A. Charges Charges Diagnosis Anti Freeze
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/14ae59aaa71ebd062820250ef6a18239)
 
Place of Performance
Address: RAF Lakenheath, Brandon, Suffolk, England, IP27 9PN, United Kingdom
 
Record
SN04070982-W 20160403/160401234915-14ae59aaa71ebd062820250ef6a18239 (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.