2 INTER WorkStar 7000 Series Semi Paint
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This anno... This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a separate written solicitation will not be issued. This solicitation, W50S7U-21-Q-0006, is being issued as a Request for Quotation (RFQ). Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The Government reserves the right to award on a multiple award or an all or none basis. This combined synopsis/solicitation is issued as a Request for Quote (RFQ). Submit written offers in accordance with (IAW) the Contract Line Item Number (CLIN) structure outlined in announcement. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2021-05 effective 10 March 2021, Defense Procurement Notice 20210224, and Air Force Acquisition Circular 2019-1001. This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(b). North American Industrial Classification Standard (NAICS) NAICS Code 811121 - Automotive Body, Paint, and Interior Repair and Maintenance and Size Standard of $7.5M applies to this procurement. RFQ Submission for 183 Prep and Paint (2) 2007 INTER WorkStar 7000 Series: 1. Quotes shall conform to the CLIN structure as established in the RFQ Submission Format. 2. Quotes shall be valid for a minimum of 60 days. 3. Please see attached Performance Work Statement (PWS) for detailed description of requirements. 4. Quotes must be submitted to CMSgt Brent Keller 2d Lt Alicia Braun, and A1C Connor Davis via email at brent..keller.1@us.af.mil and Alicia.braun@us.af.mil, NLT 5:00 PM CST, 25 June 2021. 5. The resulting contract will be Firm-Fixed Price (FFP) and the Period of Performance is 30 Days from issuance of Notice to Proceed. 8. The following services are required: CLIN 0001 Prep and Paint 2007 INTER WorkStar 7000 Series VIN: 1HSWXAHR48J576962 QTY 1 Each Contractor shall provide auto body repair and painting services for AF vehicles and/or equipment, to include but not be limited to general body repair, dent repair, component replacement for exterior/interior body components, collision damage repair, glass repair/replacement, painting all or portions of vehicle bodies, and other repair services. Bent/faulty parts are to be repaired or replaced if necessary. CLIN 0002 Prep and Paint 2007 INTER WorkStar 7000 Series VIN: 1HSWXAHR68J576963 QTY 1 Each Contractor shall provide auto body repair and painting services for AF vehicles and/or equipment, to include but not be limited to general body repair, dent repair, component replacement for exterior/interior body components, collision damage repair, glass repair/replacement, painting all or portions of vehicle bodies, and other repair services. Bent/faulty parts are to be repaired or replaced if necessary. Wage Determination IL 2015-5031, Rev -12 is incorporated. The following clauses are incorporated by reference in the solicitation and the resulting contract: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-41 Service Contract Labor Standards 52.222-50 Combatting Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-5 Pollution Prevention and Right to Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment and Vegetation 252.201-7000 Contracting Officer’s Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The following clauses are incorporated by full text in the solicitation and the final award: 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-42 Statement of Equivalent Rates for Federal Hires 52.252-2 Clauses Incorporated by Reference Fill-in information: https://www.acquisition.gov/ 52.252-6 Authorized Deviations in Clauses Fill-in information: Department of Defense FAR Supplement (DFARS) (48 CFR Chapter 2) 252.232-7006 Wide Area Workflow Payment Instructions Fill-in information to be provided at award. The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award. 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors – Commercial Items 52.212-2 Evaluation- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications—Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.225-7031 Secondary Arab Boycott of Israel All potential offerors are reminded that all firms must be registered in the System for Award Management database @ www.beta.sam.gov to be considered for award. Lack of registration in the SAM will make an offeror ineligible for contract award. All quotes should be good for 60 days. Quotes must be submitted to CMSgt Brent Keller, and 2d Lt Alicia Braun, and via email at brent..keller.1@us.af.mil and Alicia.braun@us.af.mil.
Data sourced from SAM.gov.
View Official Posting »