Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1999 PSA#2376

United States Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107

J -- REFURBISHMENT OF BUS SOL F25600-00-R0053 DUE 070999 POC Elizabeth Hanson, Contract Specialist, Phone 402-294-2883, Fax 402-232-6571, Email elizabeth.hanson@offutt.af.mil -- Marlin Revish, Contract Specialist, Phone 402-294-9605, Fax 402-232-6571, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F25600-00-R00 53&LocID=601. E-MAIL: Elizabeth Hanson, elizabeth.hanson@offutt.af.mil. This is a combined synopsis/solicitation for services non-personal issued by the 55th Contracting Office, Offutt AFB, Nebraska. This document was prepared in accordance with the format found in the Federal Acquisition Regulations Document (FAR) subpart 12.6, as supplemented with additional information included in this notice. This electronic announcement is the only solicitation being issued. A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number(s) F25600-00-R-0053 is being issued as a request for quotation (RFQ). This solicitation is contingent on the availability of funding. The solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular (FAC) 97-10. The government intends to issue a purchase order for the following service(s): -- REFURBISHMENT OF EAGLE BUS (MODEL 20)- See attached Statement of Work. Completion of this project is to be no later than 90 days after initial delivery of bus to the designated repair site. A government representative will deliver and pick-up the bus from the repair site after all work has been completed and verified. All services to be performed should be included in the quotation because NO PARTIAL QUOTES WILL BE CONSIDERED. A site visit will be conducted on 30 Jun 99 at the 55th Transportation Squadron (Vehicle Maintenance) Bldg. 301D/Entrance 6, Offutt AFB Nebraska. Contact SSgt Elizabeth V. Hanson at (402) 294-2248 for any additional information concerning this visit. All quotes should be received by 9 Jul 99 and, if possible, sent back electronically using the attached format. The following clauses and provisions will apply to this acquisition. FAR 52.212-1, Instructions to Offerors. FAR 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate offers. 1. INSTRUCTIONS FOR PREPARATION OF PROPOSAL-In order to provide all necessary information for a comprehensive evaluation and price analysis offerors shall submit proposals as follows: A. Past Performance. The offerors shall submit past performance data including the following information: Five most recent jobs over $50,000 (Government or commercial), to include customer_s name, phone number, and person of contact. 2. EVALUATION FACTORS FOR AWARD (IAW FAR 13.106-2(b), 14.201-5(c), and 15.204-5(c)-For the purposes of award, offers will evaluated based on the following factors (Sub-factors are of equal importance): Factor 1. -- Past Performance- Sub-factor A. Relevance of past performance. Sub-factor B. Quality of Work. Each proposal will be evaluated and given a Performance Risk. The risk will be assessed for each factor as follows: High (H)- Likely to cause significant serious disruption of delivery schedule, increase in cost, or degradation of performance. Moderate (M)- can potentially cause some disruption of delivery schedule, increase in cost, or degradation of performance. Low (L)- has little potential to cause disruption of delivery schedule, increase of cost, or degradation of performance. Factor 2. _ Price. 3. BASIS FOR AWARD- A. This solicitation is expected to result in a single purchase order award. B. Price will be evaluated for reasonableness to perform an integrated analysis of best value to the Government considering price and past performance. C. The past performance factor noted in this section would be considered more important than price. Offerors are cautioned that award may not be made to the offeror submitting the lowest cost. Offerors are advised that award may be made without discussions or any contact concerning the proposal received. Therefore, proposals should be submitted initially on the most favorable terms from an evaluation and price standpoint with which the offeror can submit to the Government. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, with the offer. The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. 52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, (38 U.S.C. 4212). 52.222-36, Affirmative Action for Handicapped Workers, (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.) (Applicable to Service Contracts only). FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41.U.S.C. 351, et seq.) (Applicable to Service Contracts only). The following are also applicable to this acquisition, DFAR 252.232-7009, Payment by Electronic Funds Transfer (CCR). 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 Payment Program (41 U.S.C. 10, E.O. 10582). 252.225-7036, North American Free Trade Agreement Implementation Act (Alt I). DFAR 252.204-7004, Required Central Contractor Registration, is applicable to this acquisition as well. Ensure all responses/inquiries are forwarded to POC SSgt Elizabeth V. Hanson. Quotes must be valid until 01 Oct 1999. Posted 06/24/99 (D-SN346726). (0175)

Loren Data Corp. http://www.ld.com (SYN# 0032 19990628\J-0006.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page