SOLICITATION NOTICE
H -- Overhead Hoist and Automotive Lift Load Testing, Repairing, and Servicing
- Notice Date
- 9/4/2013
- Notice Type
- Combined Synopsis/Solicitation
- 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
- W9124C-10346688
- Response Due
- 9/13/2013
- Archive Date
- 11/3/2013
- Point of Contact
- Charles E. Taylor, 8037513405
- E-Mail Address
-
MICC - Fort Jackson
(charles.e.taylor46.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 1. The solicitation number W9124C-10346688 is issued as a request for quotation (RFQ). The Mission and Installation Contracting Command (MICC) Office located at Fort Jackson, South Carolina is seeking sources that can provide annual load testing of Trestle Hoist A-Frames, two (2) post Automotive Lifts, and the repairing and servicing as required of the mentioned equipment. 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69, effective August 1, 2013, as well as relevant local clauses. 3. This requirement will be a total set aside for Small Business concerns. Quotations received from other than total Small Business will not be considered. The associated American Industry Classification System (NAICS) code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and size standard is $7M. 4. The Contractor shall provide all personnel, plant, labor, materials, equipment, supplies, and non-personal services necessary to load test and repair various lifting devices located in the Directorate of Logistics (DOL) Maintenance Complex IAW the item manufacturers' specifications and standards. The contractor shall perform to the standards of the performance work statement (PWS) and contract. SEE PWS ATTACHMENT 1 5. Contract Line Items: MICC-Fort Jackson intends to enter into a firm fixed price contract with a commercial, small business firm that can provide services in accordance with the PWS. This requirement is set aside 100% for small business firms pursuant to NAICS 811310. This requirement is for a base year plus four (4) twelve month option periods. Please submit your quotation as listed below: Base Year Period of Performance (POP): 1 OCT 13- 30 APR 14 0001 - Provide an overall cost to annually load test two (2) Hoist A-Frame Trestles and five (5) two (2) post Automotive Lifts. Note: See attached PWS for pictures, manufacturers, and model numbers of the items requiring annual load testing. 0002 - In the event one or more of the items fail load test due maintenance, please provide a firm fixed price hourly rate time based on a quantity of 60 for the repair/service for the items listed in CLIN 0001. 0003 - Contractor Management Reporting (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site IAW PWS 5.16. Option Years: Please use the above CLINs descriptions to provide cost for the following option years. Option Year 1 - 1 May 14 - 30 APR 15 Option Year 2 - 1 May 15 - 30 APR 16 Option Year 3 - 1 May 16 - 30 APR 17 Option Year 4 - 1 May 17 - 30 APR 18 6. Questions and clarifications: Submit all questions or requests for clarifications in writing (via e-mail) to Charles.e.taylor46.civ@mail.mil. All questions must be submitted no later than September 6, 2013 at 4:00 PM EST to allow a reasonable amount of time for the Government to respond. All questions submitted after that time and date may not be answered. 7. Quotes are due no later than September 13, 2013 at 12:00PM EST. Electronic submissions via fax will not be accepted. Offers shall be emailed to Charles Taylor, Contract Specialist, at Charles.e.taylor46.civ@mail.mil. Quotations not received by the closing date/time will not be accepted. Quote MUST be valid for 60 calendar days after submission. 9. MINIMUM WAGE (SERVICE CONTRACT ACT) The minimum wages to be paid persons employed under this purchase order, or any purchase order resulting from this solicitation, as applicable, are listed in the attached US Department of Labor Wage Determination ( 2005-2475 ) (Rev. (13) dated (06/19/2013 ). See attachments three (3) and four (4). 10. Vendors are reminded they must have an active and complete registration in the System for Award Management to be considered for contract award. Registration can be completed by going to www.sam.gov. SAM is a Federal Government owned and operated FREE website that consolidates the Central Contractor Registration (CCR), the Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). All responsible sources who submit a timely quote will be considered for this acquisition. Vendor certification and representations must be completed prior to award. 11. BASIS FOR AWARD: The contract will be awarded as a Firm-Fixed Priced contract. 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. Attachment 1 - PWS Attachment 2 - Clauses Attachment 3 - Wage Determination Spreadsheet (Complete and submit along with quotation) Attachment 4 - Wage Determination
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/843984fe589da74d4bf4a47a623ff2d3)
- Place of Performance
- Address: MICC - Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
- Zip Code: 29207-5491
- Zip Code: 29207-5491
- Record
- SN03173953-W 20130906/130905000042-843984fe589da74d4bf4a47a623ff2d3 (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 |