Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2024 SAM #8146
SOLICITATION NOTICE

J -- Fort Irwin Mobile Corrosion Service

Notice Date
3/15/2024 3:48:34 PM
 
Notice Type
Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
W6QM MICC-FT IRWIN FORT IRWIN CA 92310-5095 USA
 
ZIP Code
92310-5095
 
Solicitation Number
W9124B-24-R-0003
 
Response Due
4/15/2024 12:00:00 PM
 
Archive Date
04/30/2024
 
Point of Contact
Theresa Rodriguez, Phone: 7603808306, Mary Frances Roldan, Phone: 7603807349
 
E-Mail Address
theresa.rodriguez2.civ@army.mil, maryfrances.a.roldan.civ@army.mil
(theresa.rodriguez2.civ@army.mil, maryfrances.a.roldan.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The National Training Center (NTC) Mission and Installation Contracting Command (MICC), Fort Irwin, CA. is soliciting a requirement to provide Mobile Corrosion Rehabilitation Services for Government owned equipment in accordance with the manufacturer specifications and required publications.�Corrosion rehabilitation equipment services include, but are not limited to Cleaning, Surface Preparation and Painting Undercarriage with Paint (as required). Services are to include Chemical Agent Resistant Coating (CARC). Obtaining and maintaining any and all certifications required for CARC applications is required for the duration of the contract. Prices must be guaranteed for the first twelve (12) months form time of award. Contractor shall provide non-personal services; The Contractor shall provide Mobile CARC Paint Facility (MCPF) support services on Government-owned equipment in accordance with manufacturers� specifications and applicable Army Technical Manuals (TM�s) and Technical Bulletins (TB�s). The Contractor shall provide all labor, training, management, supervision, tools, equipment, materials, and supplies necessary to perform corrosion rehabilitation and whole item painting of Government- owned vehicles, equipment, and components in accordance with the appropriate manufacturer specifications and the applicable publications listed in Part �6�. This equipment includes but is not limited to all tactical, special purpose and support vehicles, tracked vehicles, mobile communication equipment, container systems, and related ground/air equipment. Although it is not an all-inclusive list, Technical Exhibit �A� lists the various types of vehicles, equipment, and components on which the Contractor is required to perform services. Equipment corrosion rehabilitation services consists of inspection, cleaning, surface preparation, minor metal and fiberglass fabrication and repair, primer application, base coat and desert tan or two-tone camouflage pattern paint application and quality control. A primary intent of this work is to restore the exterior appearance of Government equipment to a new coating condition to selected vehicle areas. As a field or intermediate application, the intent is to mitigate visible corrosion of the equipment, with minimal disassembly, via surface preparation and reapplication of appropriate primers and topcoat systems. The contractor is responsible for obtaining permits through the California Mojave Air Quality District for operating a MCPF within the boundaries of the National Training Center and Fort Irwin (NTC&FI) and providing a copy of the annual permit to the COR. The Contractor shall provide and erect temporary shelters to perform the described work and protect the equipment from exposure to inclement weather during the corrosion repair. The Government shall provide a continuous work area of no less than 150-ft by 200- ft. (or equivalent continuous area), exclusive of any vehicle/asset parking areas. The Government shall be responsible for moving vehicles/assets to and from the site. The Contractor shall interface with the Government to arrange for moving vehicles within the MCPF during repair. This effort will be for a base year and four (4) option years. Upon completion of the base year, and completion of any subsequent follow-on years, the Government will evaluate Contractor performance and determine whether to continue and exercise the next follow-on year or resolicit the requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ccafebde833e40dfb3b73985697b5ff2/view)
 
Place of Performance
Address: Fort Irwin, CA 92310, USA
Zip Code: 92310
Country: USA
 
Record
SN06998534-F 20240317/240315230045 (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.