Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2002 FBO #0220
SOLICITATION NOTICE

J -- Generator Maintenance

Notice Date
7/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Federal Emergency Management Agency, Financial & Acquisition Management Division, MWEAC Procurement Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
EMV-2002-RP-0023
 
Point of Contact
Lori Smith, Contract Specialist, Phone (540) 542-2307, Fax (540) 542-2632,
 
E-Mail Address
lori.smith@fema.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Emergency Management Agency is seeking to acquire expert service to conduct on-site preventive maintenance checks and services to include load bank testing for various generators located at FEMA's Territory Logistics Centers in Ft Worth, TX, Forrest Park, GA and Moffett Field, CA. These generators require an Initial Inspection. Due to the various types of generators, the contractor will be required to have thorough knowledge and provide demonstrated experience in order to perform the services required in the Statement of Work. This procurement is a small business set-aside. The NAICS Code applicable to this RFQ is 811310. The small business size standard is $5.0M. The solicitation has incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. A best value determination will be made based on the following in order of importance (1) Technical Capabilities (2) Past Performance and (3) Price. The Government will award a firm-fixed contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Due to the various locations outlined above for generator maintenance support, there will be a separate contract for each location. The period of performance for each of these contracts shall be established with the base contract period of 12 months from date of award plus 2 option years. Award of option years will be conditioned upon availability of FY funds for that particular option year. Contractor must meet all the requirements detailed within this solicitation. Technical is of greater importance when compared to price. The Government will utilize Best Value Procedures IAW FAR Subpart 13.106 for making award. The solicitation will only be provided electronically through FedBizOpps web page as discussed below. Interested parties may obtain a copy of the solicitation by accessing the following web page: http://www.eps.gov. Once the solicitation is released bidders/offerors are responsible for checking the solicitation daily for amendments. PROPOSAL PREPARATION INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). No telephone requests for the solicitation package will be accepted. The due date for submission of offers will be identified in the solicitation. A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/FEMA/OFM/MWEAC/EMV-2002-RP-0023/listing.html)
 
Place of Performance
Address: MOFFETT FIELD, CA., FORT WORTH, TX., FORREST PARK, GA.
Country: U.S.
 
Record
SN00112204-F 20020710/020708214508 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.