Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2007 FBO #1920
SOLICITATION NOTICE

J -- Preventative Maintenance for Mini-Retrieval Unit

Notice Date
2/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FD70306272A400revised
 
Response Due
3/8/2007
 
Archive Date
3/23/2007
 
Description
This is a combined synopsis and 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 written solicitation will not be issued. This procurement is being issued as 100% Small business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15 and DFARS Change Notice 20070212. North American Industry Classification System Code 333319 and Size Standard of 500 employees apply to this procurement. Solicitation number FD70306272A400 is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted). Quotes should include delivery date, discount terms, DUNS, tax identification number, and cage code. Quotes must also be submitted on an all or none basis. STATEMENT OF WORK FOR PREVENTATIVE MAINTENANCE AND UNSCHEDULED MAINTENANCE FOR SUPREME MINITRIEVE AND HANEL VERTICAL LIFT MODULES (VLM) STOCK RETRIEVAL SYSTEMS. 1. Description of Services/General Information: 1.1 Provide preventative maintenance and unscheduled maintenance services on stock retrieval systems located in CPSG, building 2028. Services will be provided for one (1) Supreme mini-retrieval unit, and ten (10) Hanel Vertical Lift Modules. 1.2. Perform monthly periodic maintenance on the mini-retrieval system to include materials necessary for periodic service. 1.3. Perform unscheduled maintenance and repairs to the mini-retrieval system. 1.4. Perform Bi-monthly periodic maintenance on the Hanel Vertical Lift Modules (1st and 15th of the month). 1.5. Perform unscheduled maintenance and repairs to the Hanel Vertical Lift Modules. 1.7. No drawings or manuals are available from the customer. Contract Line Item Numbers (CLINs) for this solicitation are as follows: CLIN 0001- Preventative monthly maintenance for the Supreme type mini-retrieval unit, S/N A135721. Qty: 12 , Unit of Issue: MO, Unit Price: _____________, Total Amount: ______________. CLIN 0002- Unscheduled Service Calls for the SUPAC mini-retrieval system (NTE $2,000.00). Qty: 1, Unit of Issue: EA, Unit Price: _____________, Total Amount: ______________. CLIN 0003- Parts replacement (NTE $2,000.00). Qty: 1, Unit of Issue: LO, Unit Price: $2,000.00, Total Amount: $2,000.00. CLIN 0004 ? Bi-monthly service calls on the Hanel Lean-lift Storage System (1st and 15th of the month). Qty: 24, Unit of Issue: EA, Unit Price: ______________, Total Amount: ________________. CLIN 0005 ? Unscheduled Service Calls for the Hanel Lean-lift Storage System (NTE $5,100.00). Qty: 1, Unit of Issue: EA, Unit Price: ______________, Total Amount: ________________. CLIN 0006 ? Parts replacement for the Hanel Lean-lift Storage System (NTE $5,000.00). Qty: 1, Unit of Issue: LO, Unit Price: $5,000.00, Total Amount: $5,000.00. Total Amount for all CLINS: ___________________. FOB: Destination for delivery to 230 Hall Blvd, Ste 158A7, Building 2028, San Antonio TX 78243. The Government will award a contract resulting from this solicitation to the lowest priced, responsible offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The following clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors--Commercial Items, FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. Offerors are required to complete and update their representations and certifications online at http://www.orca.bpn.gov and include a completed copy of this provision with their quote. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Para (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Small Business Set-Aside, FAR 52.233-3, Protest After Award FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.252-2, Clauses Incorporated By Reference, fill in: http://farsite.hill.af.mil or http://www.arnet.gov, FAR 52.252-6, Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2), DFARS 252.204-7003, Control of Government Work Product, DFARS 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A, and DFARS 252.232-7003, Electronic Submission of Payment Requests. Quotes may be faxed to John S. Bandy at (210) 671-0674 or e-mailed to john.bandy@lackland.af.mil. Quotes must be submitted no later than 1600 hours (4:00) PM CST, 8 March 2007. Quotes must be good for 30 days.
 
Place of Performance
Address: CPSG/LG, 230 Hall Blvd., Bldg. 2028, San Antonio, TX
Zip Code: 78243
Country: UNITED STATES
 
Record
SN01239019-W 20070228/070226220529 (fbodaily.com)
 
Source
FedBizOpps 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.