Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
MODIFICATION

49 -- Government Parts Washer Maintenance

Notice Date
5/24/2012
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
MICC - Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C10164993
 
Response Due
6/5/2012
 
Archive Date
8/4/2012
 
Point of Contact
Veronica C. Murphy, 8037514673
 
E-Mail Address
MICC - Fort Jackson
(veronica.c.murphy@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. The solicitation number is W9124C10164993 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.0 million. This requirement is unrestricted. REQUIREMENT DESCRIPTION: This requirement is for the cleaning of five (5) Government owned R&D Foundries Industries model number E200 parts washer equipment on a scheduled service interval of every 12 weeks (4 services per year). Provision of and refilling Government owned machines with Mil Spec PRF 680 Type II solvent. Provision of DOT shipping containers to remove spent solvent. Provision of all necessary drum labels and DOT shipping documents. Transportation of spent solvent and proper disposal of spent solvent through in accordance with local, State, and Federal regulations. SEE ATTACHMENT 1 FOR THE PERFORMANCE WORK STATEMENT (PWS). SEE ATTACHMENT 2 FOR QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) RESPONSIBLE SOURCES SHALL PROVIDE THE FOLLOWING: 1.Price quote which identifies the requested item(s) total price for the base year and each option year 2.Prompt Payment Terms 3.Remittance address, Tax Identification Number, DUNS number and Cage Code number THIS INFORMATION IS TO BE COMPLETED IN ATTACHMENT 3 AND SUBMITTED WITH THE OFFER PERIOD OF PERFORMANCE: The tentative period of performance is as follows: CLINPeriod of Performance 000111 June 2012 - to 10 June 2013 100111 June 2012 - to 10 June 2013 200111 June 2012 - to 10 June 2013 300111 June 2012 - to 10 June 2013 400111 June 2012 - to 10 June 2013 INSPECTION AND ACCEPTANCE: Destination by Government FOB DESTINATION: Shipping address for this item is Fort Jackson, SC 29207; shipping charges shall be included in the purchase cost of the products. Sellers shall deliver the products on their own conveyance to the location listed on the purchase order. BASIS FOR AWARD: Award will be made to the lowest priced technically acceptable offer that is determined to be most advantageous to the Government. The acceptable quote with the lowest overall price that is technically acceptable will be deemed the most advantageous to the Government. The Government intends to evaluate proposals and award a contract without discussions. Offerors are advised to provide their best terms from a price and technical standpoint as there may not be an opportunity to revise their proposals. Technically Acceptable - Offer clearly meets all of the specifications of the product requested Technically Unacceptable - Offer does not clearly meet all of the specifications of the product requested OFFER ACCEPTANCE: Quote MUST be valid for 60 calendar days after submission. CLAUSES: SEE ATTACHMENT 4. ADDENDUM TO FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option, second option, one-half of the fourth option price. Offerors are only required to price the base and four (4) option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period WAWF - In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at http://wawf.eb.mil. WAWF Customer Support for assistance toll free number is 866-618-5988. CCR - ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. ORCA - Offerors shall include completed copy of the Online Offeror Representations and Certification Application. Information concerning ORCA may be viewed via the internet at https://orca.bpn.gov/. DUE DATE FOR RESPONSES TO THIS RFQ: Offers shall be received no later than 4:00pm Eastern Standard Time, 5 June 2012. Late quotes may not be considered for evaluation. Questions and Quotes may be emailed to Veronica Murphy, Contract Specialist, at veronica.c.murphy.civ@mail.mil or Nicole Harris, Contracting Officer, at nicole.b.harris4.civ@mail.mil. Please reference number RFQ ID RFQ655172 or W91TVS20180601 on your quote and in the Subject Line of any email(s). SITE VISIT (a) A pre-offer site visit will be held at Fort Jackson, South Carolina on 29 May 2012 at 2:00 PM EST. The purpose of the site visit is to provide bidders an opportunity to participate in a guided tour of the work site. (b) Attendance at the site visit is urged. Attendance is at the expense of the potential offerors. Attendees shall be prepared to present proof of identification to access the base. (c) All questions regarding this solicitation must be submitted in writing via email to the Contract Specialist, Veronica Murphy at veronica.c.murphy@mail.mil prior to the site visit. (d) Request potential contractors submit the name(s) and job title(s) of those who will attend the pre-quote site visit by email to the Contract Specialist, Veronica Murphy at veronica.c.murphy@mail.mil no later than one day prior to the pre-bid visit date. (e) Pre-Bid Site Visit Registration and Tour: Registration will take place from 1:50 PM (EST) to 2:00PM (EST) hours at Fort Jackson, 2605 Lee Rd, Fort Jackson, South Carolina on 29 May 2012. Attendees should ask for Ms. Cheryl Goodson. The guided site visit will commence at 2:00 PM, immediately after registration. The tour should be completed no later than 2:30 PM (EST) hours. Quotations shall be submitted to: MICC Fort Jackson, Attn: Veronica Murphy, via e-mail to veronica.c.murphy.civ@mail.mil and cc Nicole Harris nicole.b.harris4.civ@mail.mil. Contracting Office Address: MICC Fort Jackson 4340 Magruder Ave Fort Jackson, SC 29207 Primary Points of Contact: Veronica Murphy, Contract Specialist veronica.c.murphy.civ@mail.mil Phone: 803-751-4673 Nicole, Harris, Contracting Officer nicole.b.harris4.civ@mail.mil Phone: 803-751-6713
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/88f829c88a9ef8525f5adebce8058f1d)
 
Place of Performance
Address: MICC - Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN02758130-W 20120526/120525000558-88f829c88a9ef8525f5adebce8058f1d (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.