Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2009 FBO #2798
SOLICITATION NOTICE

J -- FITNESS CENTER EQUIPMENT REPAIR AND MAINTENANCE

Notice Date
7/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 61 CONS, 483 N. Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA2816-09-T-0005
 
Archive Date
8/21/2009
 
Point of Contact
Roderick L Jones, Phone: (310) 653-5380, Donald B Naiman, Phone: 310-653-5400
 
E-Mail Address
roderick.jones@losangeles.af.mil, donald.naiman@losangeles.af.mil
(roderick.jones@losangeles.af.mil, donald.naiman@losangeles.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. All responses to this solicitation (RFQ) must make reference to solicitation number. This contract is 100% set-aside for Small Business. The North American Industry Code (NAIC) associated with this requirement is 811490, and the size standard is $7,000,000. Gym equipment maintenance and repair will be performed at two separate gym locations approximately 20 miles apart (Los Angeles Air Force Base in El Segundo and Fort MacArthur in San Pedro). The contractor shall quote a monthly rate for equipment maintenance and an hourly rate for service calls based on the following contract line items (CLINs). CLIN 0001-Monthly equipment maintenance. CLIN 0002-Hourly service call rate. The period of performance for CLINs 0001 and 0002 for the base year are from 1 Aug 09 through 31 Jul 2010. CLIN 0101-Monthly equipment maintenance. CLIN 0102-Hourly service call rate. The period of performance for CLINs 0101 and 0102 option year 1 are from 31 Jul 2010 through 30 Jul 2011. CLIN 0201-Monthly equipment maintenance. CLIN 0202-Hourly service call rate. The period of performance for CLIN 0201 and 0202 option year 2 are from 30 Jul 2011 through 29 Jul 2012. Interested vendors have fifteen (15) days from publication of this Synopsis/RFQ to submit their quote. All work must be in accordance with the Performance Work Statement (PWS). The quotation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-09 and the Defense Acquisition Circular (DAC) DCN20060412. To be eligible to receive an award resulting from this quotation the contractor must be registered with the Central Contractor Registration (CCR) database, NO EXCEPTIONS. In order to register, apply through the Internet at http://www.ccr.gov/. A DUNS (Dun and Bradstreet) number is required in order to register. Verification of CCR registration and Tax ID number must accompany your quote. The provisions at FAR 52.212-1, "Instructions to Offerors-Commercial Items" and FAR Clause 52.212-2, "Evaluation-Commercial Items", applies to this acquisition and addenda are not attached; FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition and a completed copy of the provision should be provided with the offer. Information may be found at http://www.arnet.gov/far. FAR 52.212-4, "Contract Terms and Conditions-Commercial Items"; DFAR 252.204-7004, "Required Central Contractor Registration"; FAR 52.233-3, "Agency Protests" and FAR 52.212.5, "Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items", including the following subclauses, 52.222-21, 52.222-26, 52-222-35, 52.222-36, 52-222-37, 52.222-41,52.222-42, 52.222-43. 52.222-44, and 52.232-33 applies to this acquisition. FAR 52-232-19 "Availability of funds for the Next Fiscal Year" also apply to this acquisition. The aforementioned addenda are not attached. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the government, price and other factors considered. Factor 1: Price. Factor 2: Past Performance. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The offerors shall provide no more than three (3) references from customers who receive services similar to the requirements addressed in the PWS. A copy of the PWS can be obtained by email to roderick.jones@losangeles.af.mil. Phone 310-653-5380. Provide these references immediately upon your decision to submit a quote. Include a point of contact (POC), contract/reference number, and telephone number. If, after evaluations of past performance information, two or more proposals are determined to be relatively equal, price (including option prices) will be the determining factor for award. All responsible sources may submit an offer, which will be considered. Oral communication is not acceptable in response to this Synopsis/RFQ. Mail or deliver quote to 61 CONS/LGCB 483 N Aviation, Los Angeles AFB, El Segundo CA 90245-2808 or fax quote to (310) 653-5380 Attn: Roderick L. Jones or by email to roderick.jones@losangeles.af.mil with a copy to donald.naiman@losangeles.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/FA2816-09-T-0005/listing.html)
 
Place of Performance
Address: 483 North Aviation, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN01884567-W 20090725/090723235225-5a268e7847083d84d77c33055dafeaba (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.