REPAIR COLLISION DAMAGE 2007 INTERNATIONAL 5000

expired opportunity(Expired)
From: Federal Government(Federal)
196FFAMC13

Basic Details

started - 04 Oct, 2019 (about 4 years ago)

Start Date

04 Oct, 2019 (about 4 years ago)
due - 13 Oct, 2019 (about 4 years ago)

Due Date

13 Oct, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
196FFAMC13

Identifier

196FFAMC13
General Services Administration

Customer / Agency

General Services Administration
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 GENERAL SERVICES ADMINISTRATION Federal Acquisition ServiceFleet Services DivisionCOMBINED SYNOPSIS/SOLICITATIONTitle: Repair collision damage to 2007 INTERNATIONAL 5000GSA Requirement Number:Issuance Date: 03 Oct 2019Closing Date: 17 Oct 2019, 11:00 AM CSTQuestions Due: 10 Oct 2019, 12:00 PM CSTNAICS Codes: 811121 - Automotive Body, Paint, and Interior Repair and MaintenanceOrder Type: Firm Fixed-Price, ServiceThis is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Federal Acquisition Regulation (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 written solicitation will not be issued. This solicitation is being issued as a Request for Quotes (RFQ) under GSA requirement number 196FFAMC10. Simplified Acquisition Procedures will be used for this acquisition in accordance with FAR Part 13. This solicitation document
and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-65 effective January 29, 2013. This is a small business set-aside under North American Industry Classification System (NAICS) Code 811121 -General Automotive Repair with corresponding size standard of up to $7,500,000.00. FedBizOps PostAny interested, responsive, and responsible vendor may participate in this acquisition by submitting a quote response in accordance with the instructions set forth in this document. Failure to comply with any and/or all of the instructions in this document may result in the offeror's quote not being considered. Offerors shall submit exceptions to any of the terms and conditions of this RFQ along with their quote for the GSA Contracting Officer to review. Failure to respond will be considered concurrence.ISSUING OFFICEThis RFQ is being issued by GSA, Federal Acquisition Service (FAS), Fleet Accident Management Center in Kansas City, Missouri on behalf of GSA Fleet, Region 6.Any contractual and/or technical questions shall be submitted in writing via email to the below identified GSA representative no later than the above specified date and time.Indi Watson-BessContracting OfficerGSA, Federal Acquisition Service (FAS)Accident Management Center, Kansas City OfficeE-mail: indi.watson@gsa.govThe only method by which any term of this RFQ may be modified is by a formal amendment to the RFQ generated by the issuing office. No other communications, whether oral or in writing, will modify or supersede the terms of this RFQ.REQUIREMENTThis requirement is for repairing body damages, wheel damage, and to perform necessary mechanical repairs to include the Trans Oil Cooler, AC Condenser and Power Steering Reservoir on a 2007 International 5000, (Tag number G82-0933V, VIN#1HSXLAPT87J433699). Description of work includes body damages to the front bumper, crossing member, Headlamps, Hood, Splash Guards, Radiator, struts and Cab. Repair damages to windshield. All items shall include standard warranty. Repairs will be completed in accordance with industry standards. Vendors shall be in compliance with all EPA and OSHA standards and requirements. MSDS and any other required documents must be on site. Vendors must be properly insured to cover any losses for GSA vehicles that are in their shop. Valid business license(s) is required in accordance with state and local guidelines. All employees of selected vendor must be paid in accordance with local Department of Labor established wages.VEHICLE LOCATION, DROP-OFF/PICK-UPVehicle can be inspected and will be delivered from the following location:333 S Las Vegas BlvdLas Vegas, NV 89101Phone 702-388-6444Once repairs are completed, the using agency will pick up the vehicle. Inspection and acceptance of the vehicle repairs will be accomplished at that time.COMPLETION DATEDelivery shall be completed no later than 120 days after receipt of order (ARO); however, offerors should include on their quote the proposed delivery schedule with estimated number of days ARO that delivery can be expected. FedBizOps PostBASIS OF AWARDThis acquisition is being conducted under simplified acquisition procedures in accordance with FAR Part 13. This solicitation is being set aside for small business in accordance with FAR Part 52-219-6 Notice of Total Small Business Set-Aside. The Government will evaluate quotes based on the lowest price technically acceptable (LPTA) process. The Government will make an award to the technically acceptable offeror with the lowest overall price, whose quote conforms to this solicitation, and is determined responsible in accordance with FAR 9.104. Technically acceptable, as defined in this RFQ, is meeting the exact items and performance specifications listed in the requirement. The offeror should submit their best terms and/or their most favored customer pricing in their initial offer. The Government reserves the right to award based on initial responses; therefore, offerors are highly encouraged to quote their most advantageous pricing in their initial response.QUOTE SUBMISSIONQuotes shall be submitted via email to indi.watson@gsa.gov or fax 855-288-5171, by the closing date and time. All vendors submitting quote must have repair facility within 75 miles of agency operating the vehicle at the address of 333 S Las Vegas Blvd, Las Vegas, NV 89101. Quote is to include all fees, including shipping or freight costs and provide the estimated ETA, number of days, delivery can be expected after receipt of purchase order. Any Quote not received by the specified date and time shall result in exclusion from consideration.Prior to submitting a quote, Offerors shall be actively registered in System for Award Management (SAM) per FAR 52.204-99 System for Award Management (Deviation). Registration instructions may be obtained and online registration may be accomplished at www.sam.gov . By submitting a quote, the Offeror acknowledges the requirement to be registered in the SAM prior to award, during performance, and through final payment of any contract resulting from the solicitation. To be eligible for award, prospective Offerors must be registered in SAM under the appropriate business category and NAICS code. In addition, UNLESS available via SAM (i.e. www.sam.gov) Offerors are also to include a completed copy of their Representations and Certifications as per the provision 52.212-3, Offeror Representations and Certifications-Commercial Items. See Attachment A for full provision.Quote shall be valid for a minimum of 30 calendar days after submission.INVOICE PROCEDURESTo expedite the payment process the following instructions are included for invoicing processing. The following information MUST be included on your invoice:- Invoice Number - should not include any special characters- PO number (to be completed at the time of award and will be located on the GSA Form 1458)- GSA Requirement Number 196FFAMC13- Invoicing Period/Delivery DateInvoices must be complete and submitted to indi.watson@gsa.gov or faxed to Indi Watson-Bess at 855-288-5171.**Payment will be made via Government Purchase Card (Mastercard).**Invoices for Services may only be submitted after the goods are delivered, inspected and accepted unless otherwise approved by the GSA Contracting Officer. FedBizOps PostATTACHMENT ASOLICITATION/CONTRACT CLAUSES AND PROVISIONSThe following provisions are included in full text:FAR 52.212-3- Offeror Representations and Certifications-Commercial Items (Nov 2015) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision.(a) Definitions. As used in this provision-"Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program."Forced or indentured child labor" means all work or service-(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties."Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. FedBizOps Post"Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees."Inverted domestic corporation", means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c)."Manufactured end product" means any end product in product and service codes (PSCs) 1000-9999, except-(1) PSC 5510, Lumber and Related Basic Wood Materials;(2) Product or Service Group (PSG) 87, Agricultural Supplies;(3) PSG 88, Live Animals;(4) PSG 89, Subsistence;(5) PSC 9410, Crude Grades of Plant Materials;(6) PSC 9430, Miscellaneous Crude Animal Products, Inedible;(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products;(8) PSC 9610, Ores;(9) PSC 9620, Minerals, Natural and Synthetic; and FedBizOps Post(10) PSC 9630, Additive Metal Materials."Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture."Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;(3) Consist of providing goods or services to marginalized populations of Sudan;(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;(5) Consist of providing goods or services that are used only to promote health or education; orFedBizOps Post FedBizOps Post

MCCANDLES INTERNATIONAL TRUCKS 333 S LAS VEGAS BLVD LAS VEGAS, NV 89101 LAS VEGAS,    Nevada    89101 United StatesLocation

Place Of Performance : MCCANDLES INTERNATIONAL TRUCKS 333 S LAS VEGAS BLVD LAS VEGAS, NV 89101

Country : United States

Classification

811 -- Repair and Maintenance/811121 -- Automotive Body, Paint, and Interior Repair and Maintenance
naicsCode 811121Automotive Body, Paint, and Interior Repair and Maintenance
pscCode JMaintenance, Repair and Rebuilding of Equipment: Ores, Minerals, and Their Primary Products