Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2013 FBO #4241
SOLICITATION NOTICE

J -- Megastar Megalift Maintenance

Notice Date
7/3/2013
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
gales-F3ZT903122A001
 
Archive Date
8/8/2013
 
Point of Contact
Johnathan, Phone: 7074247728
 
E-Mail Address
johnathan.gales@us.af.mil
(johnathan.gales@us.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. This is a 100% set-aside for small business. The solicitation number is F3ZT903122A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-68 effective 26 Jun 2013; Defense DPN 20130626 effective 26 Jun 2013, and AFAC 2013-0327 effective 27 March 2013. The North American Industry Classification System (NAICS) code is 811310. The business size standard is $7m. The Federal Supply Class (FSC) is J036. The Standard Industrial Classification (SIC) is 7699. Travis AFB has a requirement for an annual preventative "Megastar FSE Megalift" maintenance/service agreement in accordance with the attached Statement of Work. The base contract is for a one year period of performance with four one year options. CLIN 0001 - Annual preventative maintenance/service agreement for Megastar "FSE" Megalift automated storage and retrieval system. Includes 2 preventative maintenance inspections by a Kardex/Remstar factory-trained technician, unlimited emergency service calls, and unlimited technical phone support. Response time for emergencies must be 12-24 hours and 48 hours for non emergency issues. Term: 12 Months from date of award Units: Serial # 50001679, and Serial # 500001680 CLIN 1001 (Option year) - Annual preventative maintenance/service agreement for Megastar "FSE" Megalift automated storage and retrieval system. Includes 2 preventative maintenance inspections by a Kardex/Remstar factory-trained technician, unlimited emergency service calls, and unlimited technical phone support. Response time for emergencies must be 12-24 hours and 48 hours for non emergency issues. Term: 12 Months from date of award Units: Serial # 50001679, and Serial # 500001680 CLIN 2001 (Option year) - Annual preventative maintenance/service agreement for Megastar "FSE" Megalift automated storage and retrieval system. Includes 2 preventative maintenance inspections by a Kardex/Remstar factory-trained technician, unlimited emergency service calls, and unlimited technical phone support. Response time for emergencies must be 12-24 hours and 48 hours for non emergency issues. Term: 12 Months from date of award Units: Serial # 50001679, and Serial # 500001680 CLIN 3001(Option year) - Annual preventative maintenance/service agreement for Megastar "FSE" Megalift automated storage and retrieval system. Includes 2 preventative maintenance inspections by a Kardex/Remstar factory-trained technician, unlimited emergency service calls, and unlimited technical phone support. Response time for emergencies must be 12-24 hours and 48 hours for non emergency issues. Term: 12 Months from date of award Units: Serial # 50001679, and Serial # 500001680 CLIN 4001 (Option year) - Annual preventative maintenance/service agreement for Megastar "FSE" Megalift automated storage and retrieval system. Includes 2 preventative maintenance inspections by a Kardex/Remstar factory-trained technician, unlimited emergency service calls, and unlimited technical phone support. Response time for emergencies must be 12-24 hours and 48 hours for non emergency issues. Term: 12 Months from date of award Units: Serial # 50001679, and Serial # 500001680 Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.222-3 Convict Labor FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.233-3Protest after Award FAR 52.233-4Applicable Law for Breach of Contracts FAR 52.222-50 Combating Trafficking in Persons FAR 252.204-7003 Control of Government Personnel Work Products FAR 252.232-7010 Levies on Contract Payments FAR 252.232-7003 Electronic Submission of Payment Requests D FARS 252.247-7023 (Alt III) Transportation of Supplies by Sea FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements IAW SOW; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions (October 2008) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (December 2008). FAR 52.219-28 Post-Award Small Business Program Representation (June 2007). FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984). DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (December 2008). AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to johnathan.gales@us.af.mil or fax to 707-424-7728 NO LATER THAN 19 July 2013, 12:00 PM, PST and offers NO LATER THAN 24 July 2013, 12:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is SSgt Gales, Contract Specialist, telephone 707-424-7728.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/gales-F3ZT903122A001/listing.html)
 
Place of Performance
Address: 397 Hangar Ave. Bldg 564, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03106788-W 20130705/130703234749-cf89cd1689497f1fb72d5d1afc8b1def (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.