Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2021 SAM #7155
AWARD

J -- 2 InterWorkstar 7000 Series Semi Paint

Notice Date
7/2/2021 6:10:23 AM
 
Notice Type
Award Notice
 
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
 
Archive Date
07/16/2021
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Award Number
W50S7U21P0002
 
Award Date
07/01/2021
 
Awardee
Mbc Collision Center, Inc. Springfield IL USA
 
Award Amount
17766.77
 
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. Skip to main content An official website of the United States government Here�s how you know Here�s how you know The .gov means it�s official. Federal government websites often end in .gov or .mil. Before sharing sensitive information, make sure you�re on a federal government site. The site is secure. The https:// ensures that you are connecting to the official website and that any information you provide is encrypted and transmitted securely. You have 1 new alerts Show / Hide Alerts Recognize and Avoid Phishing Emails Aug 25, 2020 GSA vendors may be the targets�of fraudulent phishing emails. Phishing is a scheme that lures victims into providing personal or financial information. Do not open unsolicited emails or suspicious attachments/links. The Cybersecurity and Infrastructure Security Agency offers tips on avoiding phishing attacks. See All Alerts See All Alerts Menu Close Home Search Data Bank Data Services Help Requests Notifications Workspace Sign Out Workspace Contract Opportunities 2 INTER WorkStar 7000 Series Semi Paint Header Information Status: General Information Status: Classification Status: Description Status: Attachments/Links Status: Contact Information Status: History Status: Interested Vendors List Status: Contract Opportunity 2 INTER WorkStar 7000 Series Semi Paint info alert This is the currently published version of this notice. Click here to edit a draft of the Contract Opportunity. Edit Authenticated Public Action dropdown Active Contract Opportunity Notice ID W50S7U-21-Q-0006 Related Notice Department/Ind. Agency DEPT OF DEFENSE Sub-tier DEPT OF THE ARMY Major Command NGB Office W7M6 USPFO ACTIVITY ILANG 183 General Information Contract Opportunity Type: Sources Sought (Original) Original Published Date: Jun 11, 2021 08:09 am CDT Original Response Date: Jun 25, 2020 05:00 pm CDT Inactive Policy: 15 days after response date Original Inactive Date: Jul 10, 2020 Initiative: None Allow Vendors to Add/remove from Interested Vendors List: Yes Allow Vendors to View Interested Vendors List: Yes Classification Original Set Aside: Total Small Business Set-Aside (FAR 19.5) Product Service Code: J024 - MAINT/REPAIR/REBUILD OF EQUIPMENT- TRACTORS NAICS Code: 811121 - Automotive Body, Paint, and Interior Repair and Maintenance Place of Performance: Springfield, IL USA 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/31368045df0a4490acb46530899d9afc/view)
 
Place of Performance
Address: Springfield, IL 62707, USA
Zip Code: 62707
Country: USA
 
Record
SN06049982-F 20210704/210702230107 (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.