Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2011 FBO #3536
SOLICITATION NOTICE

J -- Fire Extinguisher, Kitchen Ansul Systems, and Foam Systems - Attachment 4; Past Performance Questionnaire - Attachment 1; Wage Determination - SF 1449 - Attachment 3; Past Performance Data Sheet - Attachment 5; Pricing Submission Worksheet - Attachment 2; Performance Work Statement

Notice Date
7/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034-11-R-0078
 
Archive Date
9/13/2011
 
Point of Contact
Kadian Ferguson, Phone: 7036932147, Michael F. Schuman, Phone: 7036145451
 
E-Mail Address
kadian.ferguson@whs.mil, michael.schuman@whs.mil
(kadian.ferguson@whs.mil, michael.schuman@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2; Performance Work Statement Attachment 5; Pricing Submission Worksheet Attachment 3; Past Performance Data Sheet SF 1449 Attachment 1; Wage Determination Attachment 4; Past Performance Questionnaire The Washington Headquarters Services/Acquisition Directorate is soliciting proposals for Fire Extinguisher, Kitchen Ansul Systems, and Foam Systems maintenance, repair and replacement. This procurement is being solicited through unrestricted competition. This procurement consists of one solicitation with the intent to award to one offeror whose proposal, conforming to the solicitation, is determined to provide the best value to the Government. The resulting contract will contain firm-fixed priced and indefinite delivery indefinite quantity (IDIQ) contract line items (CLINs) with a total potential contract period of five years (one year base period and four one year option periods). Specific requirements under the IDIQ CLINs will be definitized through the issuance of firm-fixed price task orders. The maximum ordering threshold for the IDIQ CLINs is $50,000 per year. The minimum guarantee is $0 over the base and all option periods. This procurement is being solicited and evaluated in accordance with FAR part 13. This solicitation announcement includes the following six documents: 1: SF 1449 2: Attachment 1; Wage Determination 3: Attachment 2; Performance Work Statement 4: Attachment 3; Past Performance Data Sheet 5: Attachment 4; Past Performance Questionnaire 6: Attachment 5; Pricing Submission Worksheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-11-R-0078/listing.html)
 
Record
SN02514920-W 20110731/110729234534-8c158caa4eb262be7fd777ed7f662212 (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.