Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

J -- Roll-Up Door Maintenance and Repair - Beale AFB, CA - Package #1

Notice Date
9/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
FA4686-10-R-0049
 
Archive Date
9/25/2010
 
Point of Contact
T. Nickie Cruthirds, Phone: (530) 634-0671
 
E-Mail Address
tiffany.cruthirds.ctr@beale.af.mil
(tiffany.cruthirds.ctr@beale.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Companies interested in providing an Offer must complete the attached Request for Proposal and return it, and all accompanying documentation, to the Contract Specialist by the date specified in order to be considered for award. 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 this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number FA4686-10-R-0049 is issued as a request for proposal (RFP). A site visit will be conducted at 1500 (3:00 p.m.) Tuesday, 21 September. In order to attend the site visit, interested parties must submit a written request including the company name and address as well as the full name, date of birth, driver's license number and state for each of the requested attendees - this request must be received by the contracting office at least 72 hours prior to the site visit; failure to submit request prior to 1500 on 17 September 2010 may result in denial of base access for the site visit. Any questions generated from the site visit must be submitted in writing to the Contracting Officer within 20 hours of completion of the site visit. The Contracting Officer will provide clarification through amendment to the solicitation following receipt of any questions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This procurement is 100% set-aside for small business concerns. The North American Industrial Classification System (NAICS) Code is 811310 for Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Standard Industry Code for this procurement is 7699. The small business size standard, as determined by the Small Business Administration, is $7 Million annual revenue. The proposed contract action will be issued as a firm-fixed price contract. The following commercial service is requested in this solicitation: 0001 - Quarterly Preventative Maintenance -FY11 - Non-personal services to provide Quarterly Preventative Maintenance and Inspections - 246 Doors - in accordance with Performance Work Statement; reference sections 4.1-4.3. 0002 - Non-Emergency Service Call-Outs- FY11- Non-personal services to provide Non-Emergency Service Call-Outs in accordance with PWS; reference PWS section 4.4.1. 0003 - Emergency Service Call-Outs - FY11 - Non-personal services to provide Emergency Service Call-Outs in accordance with PWS; reference PWS section 4.4.1. 0004 - Reimbursable Parts and Repair Costs-FY11 - Reimbursable Parts and Repair Costs in accordance with PWS; reference PWS section 4.5. 1001 - OPTION - Quarterly Preventative Maintenance -FY12- Non-personal services to provide Quarterly Preventative Maintenance and Inspections - 246 Doors - in accordance with Performance Work Statement; reference sections 4.1-4.3. 1002 - OPTION - Non-Emergency Service Call-Outs - FY12- Non-personal services to provide Non-Emergency Service Call-Outs in accordance with PWS; reference PWS section 4.4.1. 1003 - OPTION - Emergency Service Call-Outs - FY12 - Non-personal services to provide Emergency Service Call-Outs in accordance with PWS; reference PWS section 4.4.1. 1004 - OPTION - Reimbursable Parts and Repair Costs-FY12 - Reimbursable Parts and Repair Costs in accordance with PWS; reference PWS section 4.5. 2001 - OPTION - Quarterly Preventative Maintenance -FY13- Non-personal services to provide Quarterly Preventative Maintenance and Inspections - 246 Doors - in accordance with Performance Work Statement; reference sections 4.1-4.3. 2002 - OPTION - Non-Emergency Service Call-Outs - FY13- Non-personal services to provide Non-Emergency Service Call-Outs in accordance with PWS; reference PWS section 4.4.1. 2003 - OPTION - Emergency Service Call-Outs - FY13 - Non-personal services to provide Emergency Service Call-Outs in accordance with PWS; reference PWS section 4.4.1. 2004 - OPTION - Reimbursable Parts and Repair Costs-FY13 - Reimbursable Parts and Repair Costs in accordance with PWS; reference PWS section 4.5. 3001 - OPTION - Quarterly Preventative Maintenance -FY14- Non-personal services to provide Quarterly Preventative Maintenance and Inspections - 246 Doors - in accordance with Performance Work Statement; reference sections 4.1-4.3. 3002 - OPTION - Non-Emergency Service Call-Outs - FY14- Non-personal services to provide Non-Emergency Service Call-Outs in accordance with PWS; reference PWS section 4.4.1. 3003 - OPTION - Emergency Service Call-Outs - FY14 - Non-personal services to provide Emergency Service Call-Outs in accordance with PWS; reference PWS section 4.4.1. 3004 - OPTION - Reimbursable Parts and Repair Costs-FY14 - Reimbursable Parts and Repair Costs in accordance with PWS; reference PWS section 4.5. 4001 - OPTION - Quarterly Preventative Maintenance -FY15- Non-personal services to provide Quarterly Preventative Maintenance and Inspections - 246 Doors - in accordance with Performance Work Statement; reference sections 4.1-4.3. 4002 - OPTION - Non-Emergency Service Call-Outs - FY15- Non-personal services to provide Non-Emergency Service Call-Outs in accordance with PWS; reference PWS section 4.4.1. 4003 - OPTION - Emergency Service Call-Outs - FY15 - Non-personal services to provide Emergency Service Call-Outs in accordance with PWS; reference PWS section 4.4.1. 4004 - OPTION - Reimbursable Parts and Repair Costs-FY15 - Reimbursable Parts and Repair Costs in accordance with PWS; reference PWS section 4.5. The following provisions and clauses apply to this acquisition: FAR 52.252-1, Solicitations Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.202-1, Definitions; FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.217-5, Evaluation of Options; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; FAR 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation; FAR 52.212-2, Evaluation-Commercial Items: The Government will award a 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. The following factors shall be used to evaluate offers: (i) Price. (ii) Technical capability of the service offered to meet the Government requirement. Contractor must provide sufficient information to demonstrate experience in similar type projects. (iii) Ability to meet personnel qualifications, as outlined in PWS section 1.2.6. Contractor must provide sufficient information to demonstrate personnel qualifications. Technical capability and personnel qualifications, when combined, are approximately equal when compared to price.; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disables Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-54 Employment Eligibility Verification; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act; FAR 52.225-13, Restrictions of Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts); FAR 52.214-31, Facsimile Bids; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-1 Small Business Program Representations; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and balance of Payments Program; DFARS 522.252-7012, Preference for Certain Domestic Commodities; DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; DFARS 252.227-7015, Technical Data - Commercial Items; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; AFFARS 5352.201-9101, Ombudsman; AFFARS 5352.242-9000 Contractor Access to Air Force Installations; AFFARS 5352.242-9000 Contractor Access to Air Force Installations [Deviation]. The Government reserves the right to award on a multiple award or an all or none basis. Offers are due to the Contract Specialist by 24 September 2010 at 1000 (10:00 a.m.) PST, as outlined in the attached RFP. Offers may be submitted by mail, e-mail, or facsimile. Please contact T. Nickie Cruthirds at (530) 634-0671 for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/FA4686-10-R-0049/listing.html)
 
Place of Performance
Address: Beale AFB, California, 95903, United States
Zip Code: 95903
 
Record
SN02280300-W 20100916/100914235107-2127213f2bc997ab76c73a1beda23b77 (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.