Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2013 FBO #4137
MODIFICATION

J -- Generator Services

Notice Date
3/21/2013
 
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
W9124C10263583
 
Response Due
3/25/2013
 
Archive Date
5/20/2013
 
Point of Contact
Nora Louise Costa, 803-751-1739
 
E-Mail Address
MICC - Fort Jackson
(nora.l.costa.civ@mail.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 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. 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 W9124C10263583 and is issued as a Request for Quote. The 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 size standard of $7 million. This requirement is being solicited and synopsized as Small Business Set Aside. Requirement is for a base year plus two option periods. REQUIREMENT DESCRIPTION: All scheduled and preventative maintenance required by the original equipment manufacturers, accompanying checklists, and applicable codes shall be performed on equipment. Equipment is to include (1) EMD 12-645E1 1000kw generator set, 1 each (2) Waukesha-Pearce VHP series, 1000kw generator set, 1 each (3) Asco series 7000, 400 amp transfer switches, 3 each (4) Asco series 7000, 800 amp transfer switches, 5 each (5) Asco series 7000, 1600 amp transfer switch, 1 each. Contractor is responsible for being present and aid during the performance of monthly generator tests. Contractor shall adhere to site security and safety in accordance with Fort Jackson and MEDDAC regulations. Contractor shall be responsible for all activity, security and safety inside the project area(s). Adherence to Infection Control, Hazardous Communication (MSDS), Hot Work Lockout Tag-out, Life Safety, OSHA, NFPA, and JCAHO protocols is required and shall be enforced. Contractor will be responsible for providing two man teams (buddy system) when performing work in areas designated as buddy spaces. The Government anticipates a firm-fixed price contract to begin 01 Apr 2013. Contractors shall provide pricing as stated within Attachment 3. PERFORMANCE WORK STATEMENT: SEE ATTACHMENT 1 RESPONSIBLE SOURCES SHALL PROVIDE THE FOLLOWING: 1.Price quote which identifies the requested item(s) unit and total price. 2.Point of contact to include: Representative name, phone and fax number, and email address. 3.Prompt Payment Terms 4.Remittance address, Tax Identification Number, DUNS number and Cage Code number, information pertaining to length of warranty, and procedures for manufacture defective products. INSPECTION AND ACCEPTANCE: Destination by Government 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 Performance Work Statement Technically Unacceptable - Offer does not clearly meet all of the specifications of the Performance Work Statement OFFER ACCEPTANCE: Quote MUST be valid for 60 calendar days after submission. CLAUSES: SEE ATTACHMENT 2 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. SAM - ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at http://www.sam.gov or by calling the SAM Help Center at 1-866-606-8220. DUE DATE FOR RESPONSES TO THIS RFQ: Offers shall be received no later than 4:00 PM Eastern Standard Time, 25 Mar 2013. Late quotes may not be considered for evaluation. Questions and quotes may be emailed to Nora Louise Costa, Contract Specialist, at nora.l.costa.civ@mail.mil. Please use reference number W9124C10263583 on your quote and in the Subject Line of any email(s). Quotations shall be submitted to: MICC Fort Jackson, Attn: Nora Louise Costa, via e-mail to nora.l.costa.civ@mail.mil. Contracting Office Address: MICC Fort Jackson 4340 Magruder Ave Fort Jackson, SC 29207 Primary Point of Contact: Nora Louise Costa, Contract Specialist nora.l.costa.civ@mail.mil Phone: 803-751-1739 Amendment 1 addresses Questions and Answers along with a Revised Pricing Form. Request for Quote date remains 25 Mar 2013, 4:00 pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f9ecbea7194ce20416d7a059a170fa04)
 
Place of Performance
Address: MICC - Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN03017672-W 20130323/130321234600-f9ecbea7194ce20416d7a059a170fa04 (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.