Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2021 SAM #7134
SOURCES SOUGHT

J -- 2 INTER WorkStar 7000 Series Semi Paint

Notice Date
6/11/2021 6:09:43 AM
 
Notice Type
Sources Sought
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
W7M6 USPFO ACTIVITY ILANG 183 SPRINGFIELD IL 62707-5003 USA
 
ZIP Code
62707-5003
 
Solicitation Number
W50S7U-21-Q-0006
 
Response Due
6/25/2020 3:00:00 PM
 
Archive Date
07/10/2020
 
Point of Contact
Brent D. Keller, Phone: 2177571251, Alicia C. Braun, Phone: 2177571265
 
E-Mail Address
Brent.Keller.1@us.af.mil, Alicia.Braun@us.af.mil
(Brent.Keller.1@us.af.mil, Alicia.Braun@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; quotes are being requested and a separate written solicitation will not be issued. This solicitation, W50S7U-21-Q-0006, is being issued as a Request for Quotation (RFQ). Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. �The Government reserves the right to award on a multiple award or an all or none basis. This combined synopsis/solicitation is issued as a Request for Quote (RFQ). Submit written offers in accordance with (IAW) the Contract Line Item Number (CLIN) structure outlined in announcement. �Oral offers will not be accepted. �All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). �This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2021-05 effective 10 March 2021, Defense Procurement Notice 20210224, and Air Force Acquisition Circular 2019-1001. This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(b). �North American Industrial Classification Standard (NAICS) �NAICS Code 811121 - Automotive Body, Paint, and Interior Repair and Maintenance and Size Standard of $7.5M �applies to this procurement. � RFQ Submission for 183 Prep and Paint (2) 2007 INTER WorkStar 7000 Series: 1.�� �Quotes shall conform to the CLIN structure as established in the RFQ Submission Format. 2.�� �Quotes shall be valid for a minimum of 60 days. � 3.�� �Please see attached Performance Work Statement (PWS) for detailed description of requirements. 4.�� �Quotes must be submitted to CMSgt Brent Keller 2d Lt Alicia Braun, and A1C Connor Davis via email at brent..keller.1@us.af.mil � and � Alicia.braun@us.af.mil, NLT 5:00 PM CST, 25 June 2021. 5.�� �The resulting contract will be Firm-Fixed Price (FFP) and the Period of Performance is 30 Days from issuance of Notice to Proceed. � 8.�� �The following services are required: CLIN 0001 �Prep and Paint 2007 INTER WorkStar 7000 Series VIN: 1HSWXAHR48J576962�� ��QTY 1 �������� Each Contractor shall provide auto body repair and painting services for AF vehicles and/or equipment, to include but not be limited to general body repair, dent repair, component replacement for exterior/interior body components, collision damage repair, glass repair/replacement, painting all or portions of vehicle bodies, and other repair services. Bent/faulty parts are to be repaired or replaced if necessary. CLIN 0002 �Prep and Paint 2007 INTER WorkStar 7000 Series VIN: 1HSWXAHR68J576963�� ��QTY 1 �������� Each Contractor shall provide auto body repair and painting services for AF vehicles and/or equipment, to include but not be limited to general body repair, dent repair, component replacement for exterior/interior body components, collision damage repair, glass repair/replacement, painting all or portions of vehicle bodies, and other repair services. Bent/faulty parts are to be repaired or replaced if necessary. �Wage Determination IL 2015-5031, Rev -12 is incorporated. The following clauses are incorporated by reference in the solicitation and the resulting contract: 52.203-19�� �Prohibition on Contracting with Entities that Require Certain Internal � �Confidentiality Agreements or Statements� 52.204-9�� �Personal Identity Verification of Contractor Personnel 52.204-10�� �Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18�� �Commercial and Government Entity Code Maintenance 52.204-21�� � � Basic Safeguarding of Covered Contractor Information Systems � 52.209-10�� �Prohibition on Contracting with Inverted Domestic Corporations 52.212-4�� �Contract Terms and Conditions-Commercial Items 52.219-6�� �Notice of Total Small Business Set-Aside 52.219-28 �� �Post-Award Small Business Program Representation 52.222-3�� � � Convict Labor 52.222-21�� �Prohibition of Segregated Facility� 52.222-26 �� �Equal Opportunity 52.222-41�� �Service Contract Labor Standards 52.222-50�� �Combatting Trafficking in Persons 52.222-55�� �Minimum Wages Under Executive Order 13658 52.222-62�� �Paid Sick Leave Under Executive Order 13706 52.223-5�� �Pollution Prevention and Right to Know Information 52.223-18�� �Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13�� �Restrictions on Certain Foreign Purchases 52.232-33 � � � � �Payment by Electronic Funds Transfer-- System for Award Management 52.232-40�� �Providing Accelerated Payments to Small Business Subcontractors 52.233-3�� �Protest After Award 52.233-4�� �Applicable Law for Breach of Contract Claim 52.237-2�� �Protection of Government Buildings, Equipment and Vegetation� 252.201-7000�� �Contracting Officer�s Representative� 252.203-7000�� �Requirements Relating to Compensation of Former DoD Officials 252.203-7002�� �Requirement to Inform Employees of Whistleblower Rights 252.204-7012�� �Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015�� �Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048�� �Export-Controlled Items 252.232-7003�� �Electronic Submission of Payment Requests 252.232-7010�� �Levies on Contract Payments 252.237-7010�� �Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000�� �Subcontracts for Commercial Items 252.247-7023�� �Transportation of Supplies by Sea The following clauses are incorporated by full text in the solicitation and the final award: 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or� �� �Executive Orders- Commercial Items� 52.222-36�� �Equal Opportunity for Workers with Disabilities� 52.222-42�� �Statement of Equivalent Rates for Federal Hires 52.252-2�� �Clauses Incorporated by Reference �� � Fill-in information: �https://www.acquisition.gov/ � 52.252-6 �� �Authorized Deviations in Clauses� Fill-in information: �Department of Defense FAR Supplement (DFARS) (48 CFR Chapter 2) 252.232-7006 �� � �Wide Area Workflow Payment Instructions � �� �Fill-in information to be provided at award. The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award. 52.204-16 �� �Commercial and Government Entity Code Reporting 52.204-22�� �Alternative Line Item Proposal� 52.212-1 �� �Instructions to Offerors � Commercial Items 52.212-2�� �Evaluation- Commercial Items 52.212-3 Alt 1�� � � Offeror Representations and Certifications�Commercial Items 252.203-7005 �� �Representation Relating to Compensation of Former DoD Officials 252.204-7008 �� �Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 � ��� �Alternative Line Item Structure � 252.225-7031�� �Secondary Arab Boycott of Israel� All potential offerors are reminded that all firms must be registered in the System for Award Management database @ www.beta.sam.gov to be considered for award. �Lack of registration in the SAM will make an offeror ineligible for contract award. �All quotes should be good for 60 days. �Quotes must be submitted to CMSgt Brent Keller, and 2d Lt Alicia Braun, and via email at brent..keller.1@us.af.mil � and � Alicia.braun@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/37b75b6d4baa4451bb82f5883d806828/view)
 
Place of Performance
Address: Springfield, IL, USA
Country: USA
 
Record
SN06029775-F 20210613/210611230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.