|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1999 PSA#2333Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 J -- CORROSION CONTROL TREATMENT FOR TACTICAL VEHICLES(HUMVEE) DD1159
AND DD1158 SOL M00681-99-T-0093 DUE 051699 POC Sergeant Michael
LeMaster (760) 725 -- 8135 This is a combined synopsis/solicitation for
Services and is prepared in accordance with the format in FAR Subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; request
for quotation being requested and a separate written solicitation will
not be issued. Solicitation number M00681-99-T-0093 applies and is
issued as a Request for Quotation. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-11 and DAC 91-13. This is a small business
set-aside. The Standard Industrial Code is 7538/9999 and the business
size is less than 500 employees. This requirement is for a single
award, firm fixed-price contract. The following corrosion control
maintenance is to be completed on each of the TWELVE-Hard backed
humvees (8 x dd1159's and 4 x dd1158's). The following corrosion
performance standards are required: Strip / remove existing coatings
from the interior and exterior to white metal of hardback HMMWV's.
Arrest / treat stage 1 & 2 corrosion areas. Arrest / repair localized
stage 3 & 4 corrosion prone areas. Repair drain holes in HMMWV floors.
Repair damaged areas on equipment caused by impacts. Perform
fiberglass repair as required. Undercoat equipment in accordance with
Military Technical Manual-3080.34 utilizing Tectol 2423. Apply pro seal
to all seam areas. Apply rust guard to corrosion prone areas. Apply
approved base and the standard camouflage color scheme in accordance
with Military Training Manual 4750.15/1 and training manual 4750-15/2.
Powder coat brush guards and internal turret components utilizing
cardinal powder coat LS#2541 T000-green, FS#34094 Green. Vehicles will
be transported to vendor by USMC personnel and picked up upon
completion of corrosion control. The provision at FAR 52.212-1,
Instructions to Offerors-Commercial Items (Aug 1998) applies to this
acquisition. Offerors are required to complete and include a copy of
the following provisions FAR 52.212-3, Offer Representation and
Certifications-Commercial Items (Jan 1999) with their proposals. The
FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items
(Apr 1998), applies to this acquisition. FAR Clause FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items (Jan 1999) applies with the following
applicable clauses from paragraph (b): FAR 52.203-6 Restrictions on
Subcontractor Sales to the Government-Alternate I, FAR 52.222-26 Equal
Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans
and Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for
Handicapped Workers, FAR 52.222-37 Employment Reports on Special
Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-3 Buy
American Act-Supplies, and FAR 52.225-21 Buy American Act-North
American Free Trade Agreement Implementation Act-Balance of Payments
Program. DFARS 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items, applies with the following clauses
applicable for paragraph (b): DFARS 252.225-7001 Buy American Act and
Balance of Payment Program, DFARS 252.225-7036 North American Free
Trade Agreement Implementation Act. FAR 52.222-41 Service contract act
of 1965, as amended(41 usc. 351f Et Seq.FAR 52.222-42 STATEMENT OF
EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the
Service Contract Act of 1965, as amended, and the regulations of the
Secretary of Labor (29 CFR Part 4), 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 the provisions of 5
U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT
A WAGE DETERMINATION ;Employee Class Monetary Wage -- Fringe Benefits
23470 Laborer $9.60, 23370 General Maintenance worker $10.47, 23760
Painter Maintenance $14.38, 23960 Welder $15.53, 05005 Auto Body repair
$15.53. Any contract awarded, as a result of this solicitation will be
an order certified for national defense use under the Defense
Priorities and Allocations System. The Government intends to make a
single award to the responsible offeror whose offer is the most
advantageous to the Government considering price and price-related
factors. Provision 52.212-2, Evaluation-Commercial Items, applies with
paragraph (a) completed as follows and the following factors shall be
used to evaluate offers: (1) Offerors capability to meet the
Government's needs, to include 100% compatibility; (2) completion time
of services and (3) Price. Mailed or faxed copy offers must be
received no later than 1:00 p.m. PST, on May 1999. Faxed offers should
be addressed to Sgt. Mike LeMaster 760-725-8445. Offer sent via US
Postal Service should be mailed to the Contracting Division, P.O. Box
1609, Oceanside, CA 92051-1609, Attn: Sgt. Mike LeMaster. If offer is
to be sent via Federal Express, address should read Contracting
Division, Bldg. 22180, Camp Pendleton, CA 92055, Attn: Sgt. Mike
LeMaster. Posted 04/23/99 (W-SN323946). (0113) Loren Data Corp. http://www.ld.com (SYN# 0035 19990427\J-0007.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|