Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1999 PSA#2333

Contracting 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