Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
MODIFICATION

J -- Elevator Maintenance

Notice Date
9/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2F3231174A012
 
Archive Date
10/7/2011
 
Point of Contact
Michelle Heth, Phone: 850-884-7794, David P. Jesmain, Phone: 850-884-3262
 
E-Mail Address
Michelle.Heth@hurlburt.af.mil, david.jesmain@hurlburt.af.mil
(Michelle.Heth@hurlburt.af.mil, david.jesmain@hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. Solicitation Number F2F3231174A012 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, effective 4 Aug 2011. This acquisition is 100% set-aside for Small Business Concerns. The North American Industry Classification System (NAICS) code for this project is 811310, and Standard Industrial Classification (SIC) code 7699. The Size Standard for NAICS 811310 is $7M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Contract Line Item (CLIN) 0001, Perform Elevator Preventative Maintenance, as defined in the Statement of Work. This requirement is for a period of one year with four (4) one-year option periods (12 Months each). See attached Statement of Work for description of the requirement. Contract Line Item (CLIN) 0002, Reimbursable Parts, as defined in the Statement of Work. This requirement is for a period of one year with four (4) one-year option periods (12 Months each). See attached Statement of Work for description of the requirement. Contract Line Item (CLIN) 0003, Emergency Elevator Rescue Training for Fire Dept Personnel, as defined in the Statement of Work. This requirement is for a period of one year with four (4) one-year option periods (12 Months each). See attached Statement of Work for description of the requirement. This requirement is not currently funded. 52.232-18 Availability of Funds (Apr 1984) applies to this requirement. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. An award is resultant upon funding of the requirement with Fiscal Year 2012 funding which is not available until 1 October 2011. The government shall not make an award for this requirement if funds are not made available upon the start of the new fiscal year. Delivery Terms are FOB Destination for delivery to 1SOCES/CEOS, Hurlburt Field, Florida 32544-5267. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: A1C Michelle Heth, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810 or electronically to 1SOCONS.LGCA2@Hurlburt.af.mil and Michelle.Heth@Hurlburt.af.mil, by 22 Sep 2011, 10:00 a.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2F3231174A012. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. (1) Price/Cost Evaluation. Initially offers shall be ranked according to price, including any option prices (if applicable). Each offeror's price will be evaluated for completeness and reasonableness. Unrealistically low proposed costs/prices may be grounds for eliminating a proposal from competition either on the basis that either the offeror does not understand the requirement or the offeror has made an unrealistic proposal. (2) Technical Evaluation. Offers shall be evaluated independently of the cost/price proposal evaluation to determine the offeror's compliance with the technical requirements of this solicitation. The Government may make a final determination as to the technical acceptability of an offer based on the proposal as submitted without requesting any further information. Offeror's proposals will be evaluated against the following technical factors: A. Past Performance. The offeror shall demonstrate technical competency by providing examples of past performance on the same or similar elevators as those which are included in this requirement. Each proposal shall provide current and relevant information regarding an offeror's actions under previously awarded contracts. Offerors shall identify past or current contracts (including Federal, State, local Government, and private) for efforts similar to the Government requirement as stated in this solicitation. Furthermore, past performance shall include relevant point of contact information for each specific example provided, and shall not exceed 5 pages in its entirety. Failure to provide past performance which shows at least 5 yrs of relavent experience shall render the offeror ineligible for consideration of award. B. 2 Hour Emergency Response. The offeror shall be available to make unscheduled repairs under short notice to maintain system operation. The offeror shall respond and be on base within 2 hours of notification by the Government in accordance with the statement of work. The offeror shall submit a statement of understanding and concurrence with this requirement and shall state how this technical capability shall be met. Failure to provide proof of the offerors ability to respond to emergency calls within 2 hours shall render the offeror ineligible for consideration of award. C. Preventative Maintenance. The offeror shall provide a complete annual preventative maintenance plan to include; inspection, testing, part replacement, and lubrication. D. Contractor must be a responsible firm that has been in continuous existence and has provided continuous services for the relevant requirements contained herein for at least five (5) years. Less than the minimum required experience shall eliminate that offeror from further consideration. The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (Deviation) also apply to this Request for Proposal. This combined synopsis/solicitation includes option periods which may or may not be exercised, FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) shall be incorporated in any resultant award. FAR 52.212-3, Offeror Representations and Certifications (May 2011) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://orca.bpn.gov/). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). Point of contact is A1C Michelle Heth, Contract Specialist, Phone (850) 884-7794, email: Michelle.Heth@hurlburt.af.mil; David P. Jesmain, Contracting Officer, (850) 884-3262, email: David.Jesmain@hurlburt.af.mil. List of Attachments: a. Statement of Work Dated 27 Aug 2011 b. Wage Determination 68-0005 (Rev.-49) c. Offer Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F3231174A012/listing.html)
 
Place of Performance
Address: Hurlburt Field, FL, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN02580557-W 20110918/110917000336-f0ae4f35375c04be4e492ca72996a11f (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.