Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1997 PSA#1864

DIRECTORATE OF CONTRACTING, BUILDING 1001, 761ST TANK BATTALION AVE, FORT HOOD TX 76544-5059

J -- ON SITE MAINTENANCE OF DEADLINED WATERCRAFT VEHICLES AT BELTON LAKE OUTDOOR RECREATION AREA, FORT HOOD, TEXAS SOL DAKF48-97-B-0016 DUE 062597 POC Contract Specialist Neta Woodward (254) 287-5115 (Site Code DAKF48) This is a combined CBD synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. DAKF48-97-B-0016 is issued as an Invitation for Bid (IFB) and incorporates provisions and clauses in effect through Federal Acquisition Circular 90-46. This acquisition is reserved 100% small business set aside utilizing special simplified acquisition procedures prescribed in Subpart 13 for indefinite quantity, indefinite delivery contracts. The Standard Industrial Classification Code for this effort is 7549 with a Size Standard of $5M. Contract line item 0001 is for 1,500 hours of repair time for a consecutive 12 month period, beginning on or about 1 July 1997. Potential offerors must bid a firm fixed flat hourly rate for the 1,500 hours identified to be considered responsive. SPECIFICATIONS FOR MARINE MAINTENANCE: C.1. SCOPE: The Contractor shall furnish all necessary personnel, labor, equipment (tools) and services required to perform marine maintenance requirements on approximately 100 watercraft items located at the Belton Lake Outdoor Recreation Area (BLORA) Boat Dock, Bldg 20120, Fort Hood, Texas during the period 1 June 1997 through 31 May 1998. The watercraft items consist of fishing boats, deck boats, pontoon (or party) boats, bass trackers, paddle boats, barges and jet skis. C.1.1 The Contractor shall provide necessary repairs and maintenance to all appropriated fund deadlined watercraft items and maintain the fleet on an hourly basis. BLORA watercraft fleet consists of appropriated (APF) and nonappropriated (NAF) watercraft items. NAF watercraft items will be maintained by a BLORA NAF mechanic. C.1.2 The Contractor will perform all needed repairs and maintenance on an hourly basis. All parts needed to complete repairs and maintenance of the identified equipment will be provided by the Government. C.1.3 Hours of Operation: All marine maintenance must be performed during the operational hours of the boat dock activity, 6:00 a.m. to 8:30 p.m., Wednesday through Sunday. C.1.3.1 Any requests to perform contract requirements on Mondays and Tuesdays must be made in writing, 24 hours in advance of the requested date, clearly indicating the rationale in performing maintenance requirements outside the normal hours identified above. These requests must be submitted to the Contracting Officer's representative (COR) for approval. C.2 CONTRACTOR QUALIFICATIONS: The Contractor shall provide sufficient personnel possessing the skills, knowledge, training, and certification to perform required maintenance tasks. The Contractor must provide certified mechanics to work on the following types of watercraft equipment, to include marine maintenance motor repair, and aluminum welding repair and/or fiberglassing maintenance repair requirements on watercraft items: Force, Johnson, Mercury, Evinrude, and Mariner Outboard Engines*; Kawasaki and Bombardier Jet Ski Engines; Deckette Fiberglass Boats; Aluminum Jon Boats; Fiberglass Nitro Tracker Boats; Pontoon Party Boats; and Paddleboats. (*Note*: Horsepower: All outboard motors range from 15HP to 150HP.) C.2.1 The Contractor shall supply copies of documentation certifying that employees working on watercraft items are certified marine maintenance mechanics within 10 working days from date of contract award. C.2.2 The Contractor must have boat host capabilities to complete motor repair requirements and/or the mounting of new motors onto watercraft items. C.3 SAFETY EQUIPMENT: All personnel will wear appropriate safety equipment while at BLORA (proper clothing, life jackets, eye and ear protection). All Contractor owned marine maintenance equipment used during the performance of the contract shall have appropriate safety features attached to the equipment. C.4 GOVERNMENT FURNISHED FACILITIES/EQUIPMENT: The Marine Maintenance Section of Building 20119, BLORA, will be available to the Contractor for the maintenance of water craft equipment. The Contractor will be responsible for maintaining a high degree of cleanliness in the facility at all times. The COR will conduct periodic inspections to ensure compliance with this condition. C.4.1 The Government shall not be held responsible for any contractor owned tools or equipment stored at BLORA facilities that becomes lost or damaged. C.4.2 The Government will provide all watercraft repair parts required for the performance of maintenance and/or repair of designated deadlined watercraft equipment items. The Contractor will inform the COR, in writing, of all repair parts needed to effect a repair, delineated by item description, end item application, and manufacturer's part number. All repair parts will be directly related to a deadlined piece of equipment annotated on the work order (DA Form 2407). The COR will make a determination as to the feasibility of repairing the item or turning it in as not cost effective to repair. When determined to be cost effective to proceed with the repair the COR will be responsible for initiating actions to order repair parts, and will issue the repair parts to the Contractor based on an outstanding work order. C.4.3 The Government (BLORA) will be responsible for loading and unloading all deadlined and repaired watercraft items in and out of the water. C.5 SPECIFIC PERFORMANCE REQUIREMENTS. The Contractor will report to the BLORA Boat Dock within three hours from the time the COR places a call requesting service, providing the call is placed prior to 12 Noon each day. Calls placed for service after 3:00 p.m. will require the Contractor to report by 7:30 a.m. the following work day. C.5.1 The Contractor will not be required to make more than one trip daily to the BLORA when requested to perform services under this contract. Travel expenses are not authorized. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this solicitation. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with each offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Offers are due at the Directorate of Contracting, Building 1001, Room W103A, 761st Tank Battalion Avenue, Fort Hood, Texas, at 3:00 p.m., CDT, on 25 June 1997. Alternatively, offers may be submitted via facsimile to (254) 287-5354. Facsimile offers must be followed by written confirmation to the address indicated immediately above. Offers must include verification that the company is not currently on the List of Parties Excluded from Federal Procurement or Nonprocurement Programs. All responsible sources may submit a bid which will be considered by this office. Contact Neta Woodward, Contract Specialist, at 254-287-5115, for assistance and informationregarding this acquisition. SEE Note 1. (0160)

Loren Data Corp. http://www.ld.com (SYN# 0045 19970611\J-0008.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page