Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2013 FBO #4277
SOLICITATION NOTICE

41 -- HVAC Services - Synopsis/Solicitation

Notice Date
8/8/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HC1028-13-T-0181
 
Point of Contact
Steven P. Scharlow, Phone: 6182299543, Timothy Still, Phone: 6182299462
 
E-Mail Address
steven.p.scharlow.civ@mail.mil, timothy.s.still.civ@mail.mil
(steven.p.scharlow.civ@mail.mil, timothy.s.still.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 6 – Vendor Contact Info Sheet Attachment 5 – Access Vetting Form Attachment 4 – Expected Visitor Form Attachment 3 – Site Visit Instructions Attachment 2 – Table 1 Equipment Inventory Attachment 1 – 1449 Solicitation (HC1028-13-T-0181) Defense Information Technology Contracting Organization (DITCO) PL8324 is seeking discounted pricing to procure Heating, Ventilation, and Air Condition (HVAC) Services to maintain 25 HVAC systems in operation on the JITC Indian Head Compound in Maryland, in accordance with (IAW) the PWS. Complete the information as requested in the attached RFQ. In accordance with (IAW) Federal Acquisition Regulation (FAR) 6.203 and 19.5, this will be awarded via OPEN Market pricing. The contract period of performance shall be Date of Award through 365 calendar days, plus (2) 1 year Options. Preventative Maintenance required within 30 days of contract award. The purchase order will be firm-fixed-price. The North American Industry Classification System (NAICS) code for this acquisition is 238220. The size standard associated with the procurement is $14,000,000.00. The quote shall comply in all material respects with the requirements of the law, regulation and conditions set forth in the solicitation. The proposal must meet all mandatory solicitation requirements. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. The award will be a FFP award based on the lowest priced technically acceptable offer. Award will be made to the offeror who presents the Lowest Price Technically Acceptable (LPTA) offer to the Government. The proposal must comply in all material respects with the requirements of the law, regulation and conditions set forth in the solicitation. The proposal must meet all mandato1y solicitation requirements. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. Quotes shall include a Price Proposal (with price breakout), Technical Proposal, completed 1449 Solicitation, and Vendor Contact Info Sheet. Price proposal shall include pricing for all CLINS for the base year, option year 1, option year 2, and an additional 6 month optional period covered by FAR Part 52.217-8, Option to Extend Services. Note that pricing for the additional 6 month period is for evaluation purposes only, which per the FAR are to be priced at the same rates as the last option period. Attachments: 1 - 1449 Solicitation 2 - Table 1 Equipment Inventory 3 - Site Visit Instructions 4 - Expected Visitor Form 5 - Access Vetting Form 6 - Vendor Contact Info Sheet SITE VISIT: (Attendance at the Site Visit is highly encouraged and expected prior to submission of a proposal for this project.) SIGN-UP: Sign-up for Site Visit no later than 11:00AM Eastern, Tuesday, 13 Aug 2013. *** Follow instructions on attached "Site Visit Instructions" Sheet *** DATE/TIME: Wednesday, 21 Aug 13 at 9:00AM Eastern. LOCATION: DISA JITC - Indian Head 3341 Strauss Ave., Room 204-E Indian Head, MD 20640 VENDOR QUESTIONS: After the Site Visit, All vendor questions concerning this requirement must be submitted electronically no later than 11:00AM Eastern, Monday, 26 Aug 13. Please address questions to steven.p.scharlow.civ@mail.mil and Tim Still at timothy.s.still.civ@mail.mil. GOVERNMENT RESPONSE TO QUESTIONS: Responses to all questions posed will be posted on FedBizOpps no later than 3:00PM Eastern, Tuesday, 27 Aug 13. PROPOSAL DUE DATE: Proposals are due by 3:00 PM Eastern, Friday, 30 Aug 13 via e-mail to Steve Scharlow at steven.p.scharlow.civ@mail.mil and Tim Still at timothy.s.still.civ@mail.mil. Estimated Award date is Wednesday, 5 Sep 13. Government reserves the right to award without discussions. Award shall be made to the lowest cost, technically acceptable offeror. LATE SUBMISSIONS WILL NOT BE CONSIDERED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-13-T-0181/listing.html)
 
Place of Performance
Address: DISA JITC - Indian Head, 3341 Strauss Ave., Indian Head, Maryland, 20640, United States
Zip Code: 20640
 
Record
SN03142235-W 20130810/130808235505-9b60ecbd085eb0121f6d89c5d4f639e1 (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.