Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2013 FBO #4400
SOLICITATION NOTICE

J -- MAINTENANCE AND REPAIR OF WELDING AND MACHINERY EQUIPMENT

Notice Date
12/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-14-T-0346
 
Response Due
12/27/2013
 
Archive Date
2/7/2014
 
Point of Contact
Andrew Fortier, 410-278-5286
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(andrew.p.fortier2.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-14-T-0346. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-30. This requirement is for preventative maintenance, repair service and technical support of Government owned equipment. This requirement is a total set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The associated North America Industry Classification System (NAICS) Code is 811310 and the Business Size Standard is $7 million. The Government contemplates award of a Firm-Fixed Price and Time & Materials contract. The basis of selection for this solicitation will be Lowest Price Technically Acceptable. Contractor must address their technical ability to perform all aspects of the Performance Work Statement, as well as furnish any licenses that many required to be considered Technically Acceptable. Description of Requirement: Provide preventative maintenance and unscheduled emergency services for machining and welding equipment at Aberdeen Proving Ground, MD. PLEASE SEE ATTACHED PERFORMANCE WORK STATEMENT AND INSTRUCTIONS TO OFFERORS. $________ / MONTH: CLIN 0001 Preventative Maintenance (Firm Fixed Price) The contractor shall provide preventative one year of maintenance services for the equipment listed in the attachment. See attached Performance Work Statement for details. $___________/ HOUR: CLIN 0002 Labor - Repair Services (Time & Materials) The contractor shall provide one year of unscheduled emergency repairs on a Time & Materials basis for the equipment listed in the attachment. See attached Performance Work Statement for details. $________ / MONTH: CLIN 0001 Preventative Maintenance OPTION YEAR 1 The contractor shall provide one year of preventative maintenance services for the equipment listed in the attachment. See attached Performance Work Statement for details. $___________/ HOUR: CLIN 0002 Labor - Repair Services (Time & Materials) OPTION YEAR 1 The contractor shall provide one year of unscheduled emergency repairs on a Time & Materials basis for the equipment listed in the attachment. See attached Performance Work Statement for details. $________ / MONTH: CLIN 0001 Preventative Maintenance OPTION YEAR 2 The contractor shall provide one year of preventative maintenance services for the equipment listed in the attachment. See attached Performance Work Statement for details. $___________/ HOUR: CLIN 0002 Labor - Repair Services (Time & Materials) OPTION YEAR 2 The contractor shall provide one year of unscheduled emergency repairs on a Time & Materials basis for the equipment listed in the attachment. See attached Performance Work Statement for details. The following provisions and clauses will be incorporated by reference: The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil 252.212-7000, Offeror Representations and Certifications Commercial Items 52. 212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.222-41 Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea Maryland Retail Sales and Use Tax. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (End of clause) The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. ALL Firm Fixed Price Proposals (FFP) must be signed, dated, and received by 10:00 AM EST 24 December, 2013 via email to SFC Ruth Slater, ruth.a.slater2.mil@mail.mil, located at the US Army Contracting Command, Aberdeen Proving Ground, Tenant Contracting Division, Attention: CCRD-AI-IC, 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD 21005-1846. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Service desk http://www.fsd.gov. For questions concerning the Request for Proposal contact Mr. Andrew Fortier, via email at andrew.p.fortier2.civ@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f46905b5244791226c4251d2347937b5)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03247955-W 20131211/131209233947-f46905b5244791226c4251d2347937b5 (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.