|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1998 PSA#2175146AW, Base Contracting Office, Channel Islands Ang Station, 119
Mulcahey Drive, Bldg. 119, Port Hueneme, CA 93041-4011 J -- PREVENTATIVE MAINTENANCE OF GOLF CARTS SOL DAHA04-98-Q-9009 DUE
092498 POC Karen Wegner, (805) 986-7972; fax: (805) 986-7946 E-MAIL:
kwegner@cantd.ang.af.mil, kwegner@cantd.ang.af.mil. (i) SCHEDULE --
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-05. (ii) This solicitation is issued as a
Request for Quote (RFQ) number DAHA04-98-Q-9009. Quotes are due on or
before 24 Sep 98, 4:30 p.m. PDT. (iii) This procurement is reserved for
small business concerns with a size standard of $5.0 million under
Standard Industrial Code 7699. (iv) Item description as follows: Non
Personal Service to provide all labor, tools, parts, materials,
facilities and transportation necessary to provide monthly preventative
maintenance and repair to 16 golf carts manufactured by Club Car as per
statement of work (fax 805-986-7946 or e-mail to
kwegner@cantd.ang.af.mil for a copy of the statement of work.) (v) The
period of contract is from 1 Oct 98 to 30 Sept 99 with two (2) option
years. ENVIRONMENTAL COMPLIANCE: The contractor will be required to
operate in accordance with (IAW) all Federal, State, and Local laws
throughout the life of the contract. (i) For off base repair or minor
maintenance servicing, the contractor is responsible to maintain its
facility within all legal requirements. (ii) On-base minor maintenance
servicing will require the contractor to perform servicing in an
environmentally friendly manner to prevent over spills, dripping, and
prevent any hazardous materials from being used for other than its
intended purpose or contaminating work area. (iii) The government will
provide spill pads. The contractor and contracting officer's
designated representative will coordinate ensuring spill pads are
available prior to work commencing. The contractor will be required to
place spill pads in areas where fluid or other spilling may occur.
(iv) All used motor oil and spill pads are to removed from the facility
by the Contractor. PROVISIONS AND CLAUSES -- The following FAR
provisions are applicable to this acquisition: 52.212-1, Instruction to
Offerors Commercial Items; 52.212-4, Contact Terms and Conditions
Commercial Items; 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Commercial Items [Specifically
(b)(6); (b)(7); (b)(8); (b)(9); (b)(17); (c)(1); (c)(2); (c)(3)];
52.219-6, Notice of Total Small Business Set-Aside; 52.232-33,
Mandatory Information for Electronic Funds Transfer Payment. In
compliance with the Service Contract Act of 1965, and the regulations
of the Secretary of Labor, this clause identifies the classes of
service for 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 the provisions of 5 USC
5341 or 5332. The following DOD FAR provisions are applicable to this
acquisition: 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items; 252.225-7001, Buy American Act and
Balance of Payments Program; 252.225-7035, North American Free Trade
Agreement Implementation Act. The following clauses also apply to this
solicitation and are incorporated by reference: FAR 52.217-5
Evaluation of Options in Solicitations, FAR 52.217-9 Option to Extend
the Term of the Contract, DFARS 252.204-7004 Required Central Contract
Registration, DFARS 252.232-7009 Payment by Electronic Funds Transfer.
For solicitations after 1 Jun 98 all contractors are required to be
registered in the central contractor registration (CCR) database to
receive a DOD award or payment. Lack of registration in CCR will make
an offeror ineligible for award. Contractors may obtain information on
registration via the Internet at http://ccr.edi.disa.mil. Internet
processing takes approximately 30 days. Dunsnumber must be provided by
the contractor with all offers. If the Duns number is not known, call
(800) 333-0505. You will immediately be provided the number at no
charge. WAGE DETERMINATION -- Pursuant to the Service Contract Act of
1965, Ventura County, California as Amended, Wage Determination No.
94-2072, Revision No. 08, Dated 06/05/98 applies to this acquisition.
REPRESENTATIONS AND CERTIFICATIONS -- Quoter's must include with their
quote a completed copy of the provisions at FAR 52.212-3, Offerors
Representation and Certification -- Commercial Items. Interested
parties may obtain a copy of this form by contacting the point of
contact prior to submission of bid. BASIS OF AWARD Award will be made
to the responsible, responsive offeror whose offer will result in the
lowest technically acceptable price. The government will evaluate
options for award purpose by adding the total price for all options to
the total price for the basic requirement for the total three-year
period. The government may determine that an offer is unacceptable if
the option prices are significantly unbalanced. Evaluation of options
shall not obligate the government to exercise the options. Quotes must
be submitted in writing to 146 LS/LGC, 119 Mulcahey Drive, Bldg 119,
Port Hueneme, CA 93041-4011 or fax to (805) 986-7946. Award will be
made on or about 01 Oct 98. All responsible sources may submit a
proposal, which, if timely received will be considered by this agency.
Numbered Note 1 applies. Questions or requests may be emailed the
Karen Wegner at kwegner@cantd.ang.af.mil or faxed to (805) 986-7946.
***** Posted 09/03/98 (W-SN245475). (0246) Loren Data Corp. http://www.ld.com (SYN# 0086 19980908\J-0006.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|