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