Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2013 FBO #4184
SOLICITATION NOTICE

J -- Overhead Crane Services

Notice Date
5/7/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R13T0122
 
Response Due
5/16/2013
 
Archive Date
7/6/2013
 
Point of Contact
LaTasha A. Isaac, 928-328-6162
 
E-Mail Address
MICC Center - Yuma Proving Ground
(latasha.a.isaac.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 (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-66, Effective 01 Apr 2013 and Defense Federal Regulation Supplement (DFARS), current to DPN 20130419 (Effective 19 Apr 2013) Edition. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil. All responding vendors must be actively registered with the System for Award Management (SAM) prior to award of contract. SAM has replaced the Central Contractor Registration (CCR). Information to register in SAM can be found at https://www.acquisition.gov. All offerors must have FAR 52.212-3 -Offeror Representations and Certifications -- Commercial Items (Dec 2012) and 52.209-7 Information regarding Responsibility Matter (Feb 2012) completed. If the offeror has completed FAR clause 52.212-3 - Offeror Representations and Certifications -- Commercial Items in SAM then a copy does not need to be submitted with the quote. All offerors must fill out the DFARS 252.209-7997 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - DoD Appropriations (Deviation 2013-O0006) (Jan 2013) and submit with quote. This solicitation is issued as a request for quotations (RFQ) under solicitation Number W9124R-13-T-0122, which will result in a Firm Fixed Price, single-award, Indefinite Delivery/Indefinite Quantity contract. This action is being solicited as 100% small business set-aside. The North American Classification System (NAICS) code is 811310 - Commercial and Industrial Machinery and Equipment Repair Maintenance with a size standard of $7.0 million dollars. Quotes will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Offerors must propose to perform all aspects of the Performance Work Statement (PWS) in Attachment 2. The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting quotes for Crane Maintenance and Repair Services. Quotes shall conform to the Contract Line Item Number (CLINs) structure indentified in Attachment 1. Offerors shall refer to Attachment 3 - Clauses & Provisions for additional information such as submission instructions and evaluation criteria for this procurement. The period of performance for this acquisition shall be for a one-year base period and four one-year option periods. The Government's obligation is limited to the minimum guaranteed of $30,375.00. The Government will not be obligated to issue orders beyond the minimum amount. Offerors must provide a Unit Price and Total Extended Price (Net Amount) for all CLINs except CLINs 0005, 1005, 2005, 3005, and 4005. Offerors will propose the labor category with a burdened fixed labor rate and a materials handling fee in the description portion of each CLIN. A common cost for materials and travel will be included. Payment will be made by Government Wide Area Work Flow (WAWF). The RFQ closes on Thursday, 16 May 2013 at 12:00 Noon Mountain Standard Time (MST). There will be only one question period. Questions must be submitted in writing. All questions concerning this requirement must be emailed to the POC listed below no later than Tuesday, 14 May 2013 at 2:00 p.m. MST. Reference RFQ W9124R-13-T-0122 on all inquires. Attachments: Attachment 1-CLIN Structure Attachment 2-PWS Attachment 3- Clauses & Provisions (FAR 52.212-1 & 52.212-2) Attachment 4- Wage Determination Attachment 5 - DFARS 252.209-7997
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a4a2b8e9973661563924a21b031377b0)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN03054738-W 20130509/130507234512-a4a2b8e9973661563924a21b031377b0 (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.