Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2007 FBO #2020
SOLICITATION NOTICE

J -- ELEVATOR REPAIR AND MAINTENANCE

Notice Date
6/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4427-07-R-0002
 
Response Due
7/11/2007
 
Archive Date
8/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, F3Z3847142A100, is issued as a request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 and Defense DCN 20070426. The associated Standard Classification (SIC) is 7699. The North American Industry Classification System is 811310 and the number of dollars is $6.5M. This solicitation is a 100% set aside for small businesses. The government intends to solicit and award this contract for the following items: Services, non-personal: Contractor to furnish all labor, tools, parts, materials, transportation, and all necessary item to provide routine inspection and test, scheduled preventive maintenance, emergency repair and on-call repair services for elevators located on Travis AFB, CA as listed hereafter: CLIN 0001 Elevator Maintenance Service, CLIN 0002 Elevator Maintenance Service, CLIN 0003 Elevator Maintenance Parts Support, and CLIN 0004 Elevator Maintenance Parts Support. Proposals shall be Firm Fixed Price. Period of performance: Basic period 01 Oct 07 through 30 Sep 08 with three option years. Proposals shall include all costs necessary to perform services. Bid Schedule is as follows: Base Year CLIN 0001: qty - 12 months, CLIN 0002: qty - 12 months, CLIN 0003: qty - 1 lot, and CLIN 0004: qty ? 1 lot. For each subsequent option year CLIN 1001: qty - 12 months, CLIN 1002: qty ? 12 months, CLIN 1003: qty ? 1 lot, and CLIN 1004: qty ? 1 lot. (Note Lump Sump amount may increase or decrease upon award for the base year) FOB is Travis Air Force Base. The following provisions or clauses apply to this acquisition. Offerors must comply with all instruction contained in FAR 52.212-1, Instruction to Offers-Commercial. FAR 52.212-2-Evaluation-Items paragraph (a) to this provision is completed as follows-Evaluation Factors: Past Performance, Technical, and Price. Criteria for the technical evaluation consist of offerors submitting no more than a two-page document addressing their capacity and experience in servicing and maintaining elevators. FAR 52.212-3-Offeror Representation and Certification-Commercial Items, a completed copy of this provision shall be submitted with the offer or contractor shall self certify that Annual Representation and Certification are on file at ORCA. The Online Representation and Certifications Applications (ORCA) can be accessed at web site at http://orca.bpn.gov FAR 52.212-4-Contract Terms and Conditions-Commercial Items will be incorporated into any resultant contract by reference. FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item includes the following reference clauses FAR 52.203-6 Alternate I: Restrictions On Subcontractor Sales to the Government (Sep 2006) ? Alternate I, 52.204-4: Printed or Copied Double-Sided on Recycled Paper, 52.204-7: Central Contractor Registration, 52.209-6: Protecting the Governments Debarred, Suspended, or Proposed for Debarment, 52.212-1: Instructions to Offerors ? Commercial Items, 52.212-5 (Dev): Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Deviation), 52.217-5: Evaluation of Options, 52.217-9: Option to Extend the Term of the Contract, 52.219-6: Notice of Total Small Business Set Aside, 52.219-8: Utilization of Small Business Concerns, 52.222-3: Convict Labor, 52.222-21: Prohibition of Segregated Facilities, 52.222-22: Previous Contracts and Compliance Reports, 52.222-26: Equal Opportunity, 52.222-35: Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36: Affirmative Action for Workers with Disabilities, 52.222-37: Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39: Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-41: Service Contract Act of 1965, 52.222-42: Statement of Equivalent Rates for Federal Hires Classification: Elevator Repairer - Monetary Rate WG 15 Step 2 $36.94) As Amended, 52.222-43: Fair Labor Standards Act and Services Contract Act ? Price Adjustment (Multiple Year and Option), 52.222-47: SCA Minimum Wages and Fringe Benefits Applicable to Successor Contractor Collective Bargaining Agreements (CBA), 52.225-13: Restrictions on Certain Foreign Purchases, 52.228-5: Insurance ? Work on a Government Installation, 52.232-19: Availability of Funds for the Next Fiscal Year, 52.232-33: Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.233-1: Disputes, 52.233-3: Protest After Award, 52.233-4: Applicable Law for Breach of Contract Claim, 52.239-1: Privacy or Security Safeguards, 52.242-13: Bankruptcy, 52.247-34: F.O.B. Destination, 52.252-1: Solicitation Provisions Incorporated by Reference, 52.252-2: Clauses Incorporated by Reference, 52.252-6: Authorized Deviations in Clauses, 52.253-1: Computer Generated Forms, DFARS 252.207-7004 Alternate A: Central Contractor Registration (52.204-7) Alternate A, DFARS 252.204-7006: Billing Instructions, DFARS 252.212-7000: Offerors Representations and Certifications ? Commercial Items, DFARS 252.212-7001: Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003: Electronic Submission of Payment Requests, DFARS 252.232-7010: Levies on Contract Payments, AFFARS 5352.201-9101 Ombudsman, 5352.223-9001: Health and Safety on Government Installations, AFFARS 5352.237-9001: Requirements Affecting Contractor Personnel performing Mission Essential Services, AFFARS 5352.242-9000: Contractor Access to Air Force Installations. Clauses may be accessed electronically in full text through http://www.farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR) in order to receive an award or payment. The CCR website is http://www.ccr.gov. Wage Determination No CA 2005-2069 (Rev 3) dated 5/29/2007 applies to this solicitation, vendor may access wage determination at http://www.wdol.gov/. A site visit will be conducted on 19 Jun 07 at 0900 all interested parties shall contact Bryan Armstrong at (707) 424-7754 NLT 15 Jun 07. This visit is open to all interested offerors but will be limited to two personnel per company. No cameras will be allowed. All personnel attending the site visit shall abide by all security regulations and requirements of the installation. Contractors are asked to submit their TAX ID number with their proposal. Proposal must be valid for 30 days. Proposals are to be received at the 60th Contracting Squadron no later than 4:00 PM PST on 10 Jul 2007. Solicitation and other information is attached. Attachments are: Performance Work Statement and Wage Determination. See past performance submittal and technical submittal requirements in solicitation document.
 
Place of Performance
Address: Travis AFB, CA
Zip Code: 94535-2632
Country: UNITED STATES
 
Record
SN01311613-W 20070608/070607035010 (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.