|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1996 PSA#166399th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB NV 89191-7063 J -- PAINT VEHICLES, COMMERCIAL FLEET SOL F26600-96-QR387 DUE 090496
POC Mr Willie J. Randolph, Contracting Officer, (702) 652-4379/ FAX
(702) 652-5405. Description: The contractor shall provide all labor,
equipment, and materials, to paint commercial fleet vehicles. Work
shall include but is not limited to: preparing surface for a smooth
paint surface; repairing minor dents and scratches, body filler not to
exceed one-quarter inch in thickness; painting vehicles using acrylic
enamel paint, Strata Blue number 15045 of Federal Standard 595.
Non-painted surfaces shall be protected from overspray. The interior
shall be free of overspray, paint dust, and filler dust. Only the
exterior of vehicles, to include all door jams, bumpers, and wheels
shall be painted. Paint shall be smooth with no runs, sags, fisheyes,
orange peel, dry spots, bubbles, or overspray. The contractor shall
pick up and deliver the vehicles to the Vehicle Maintenance building,
number 831, Nellis AFB, Nevada. The Government will notify the
contractor one day prior to the pick up of vehicles. The Contractor
will pick up the vehicles prior to 9:30 AM, the day after notification.
The Contractor shall have the vehicle for a period of four (4) workdays
(excluding weekends and holidays). The vehicles shall be delivered on
the fifth workday before 9:30 AM. Vehicles will be inspected and
accepted at time of delivery. Any rework shall be accomplished at no
cost to the Government. The Contractor shall inform vehicle maintenance
within two (2) days when rework of rejected vehicles has been
completed. The contractor shall have no more than three (3) vehicles in
their possession at any given time. Rejected vehicles will not be
considered as part of these three (3) vehicles. The Contractor shall
sign a receipt for each vehicle on a DD 1149, ''Requisition and
Invoice/Shipping Document'' provided by the Government. Paint samples
shall be submitted for approval prior to start of contract. Warranty
for all labor and materials will be 180 days. The Contractor shall be
responsible for any permits and fee requirements in accordance with
local, state, and federal laws and regulations. Period of performance
will be four (4) working days for each vehicle. Offerors will bid on
the following items: CLIN 0001, Sedan, K-Car, 3 EA; CLIN 0002,
Stationwagon, K-Car, 2 EA; CLIN 0003, Truck, 1/2 Ton Pickup (includes
4X2, 4X4), 21 EA; CLIN 0004, Truck, 1/4 Ton Pickup (includes 4X2, 4X4),
6 EA; CLIN 0005, S-10, 1 EA; CLIN 0006, Blazer, 1 EA; CLIN 0007, Truck,
6 Passenger Pickup (includes 4X2, 4X4), 13 EA; CLIN 0008, Van, Step, 9
EA; CLIN 0009, Van, Panel, 14 EA; CLIN 0010, Van, 15 Passenger, 9 EA;
ClIN 0011, Van, 9 Passenger, 1 EA; CLIN 0012, Suburban, 1 EA. This is
a combined synopsis/solicitation for commercial services prepared in
accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This annoucement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. This solicitation
(F26600-96-QR387) is issued as a Request for Quotation. This
procurement is reserved for small business concerns, utilizing the size
standard in FAR 19 under Standard Industrial Code 7532. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-32. The provision at
FAR 52.212-1, Instructions to Offerors-Commercial applies to this
solicitation. The clause at FAR 52.212-4, Contract Terms and
Conditions-Commercial Items applies to this solicitation. The clause at
FAR 52.212-5, Contract Terms and Conditions Required to Implement
Statues or Executive Orders-Commercial Items applies to this
solicitation. Specifically, the following cited clauses are applicable
to this solicitation: FAR 52.219.6, Notice of Total Small Business
Set-Aside; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36,
Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment
Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41,
Service Contract Act of 1965, As amended; FAR 52.222-42, Statement of
Equivalent Rates for Federal Hires. In compliance with the Service
Contract Act of 1965, as amended and the regulations of the Secretary
of Labor, this clause identifies the classes of service employees
expected to be employed under the contract and states the wages and
fringe benefits payable to each if they were employed by the
contracting agency subject to provisions of 5 USC 5341 or 5332. THIS
STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION
EMPLOYEE CLASS WG-8, MONETARY WAGE/FRINGE BENEFITS $15.40. The clauses
at FAR 52.246-4, Inspection Services-Fixed Price and FAR 52.232-28,
Electronic Funds Transfer Payment Methods apply to this solicitation.
Wage Determination: Pursuant to the Service Contract Act of 1965, As
amended, Wage Determination No. 94-2331, Revision 6, Dated 4/23/1996
will apply to the solicitation/contract. Offerors must include with
their offer a completed copy of the provisions at FAR 52.212-3,
Offerors Representation and Certification--Commercial Items. Award will
be based on the lowest price bid from a responsible contractor in
accordance with FAR 9.104-1. Bids must be submitted in writing to the
99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB NV 89191-7063 on
or before 4 Sep 96 at 4:30 PM PT. Award will be made on or about 11 Sep
96. All responsible sources may submit a bid, which, if timely received
will be considered by this agency. (0232) Loren Data Corp. http://www.ld.com (SYN# 0036 19960820\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|