SOLICITATION NOTICE
J -- HVAC Preventative, Remedial/Emergency Maintenance & Over & Above Services - Solicitation HQ0727-14-R-0004
- Notice Date
- 12/13/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
- ZIP Code
- 95652
- Solicitation Number
- HQ0727-14-R-0004
- Archive Date
- 2/1/2014
- Point of Contact
- Ana Fragoso, Phone: 916-231-1583, Lucy Boswell, Phone: 9162312824
- E-Mail Address
-
ana.fragoso@dmea.osd.mil, lucy.boswell@dmea.osd.mil
(ana.fragoso@dmea.osd.mil, lucy.boswell@dmea.osd.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation HQ0727-14-R-0004 K = Combined Synopsis/Solicitation Notice Set Aside: Total Small Business Classification Code: J045 - Maintenance, Repair, and Rebuilding of Equipment- Plumbing, Heating, and Waste Disposal Equipment NAICS Code: 811310 - Commercial and Industrial Machinery Equipment This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation to provide HVAC preventative, remedial & emergency, and over & above services in Bldgs 1 & 2. The NAICS Code is 811310 with a size standard of $7M. DPAS Rating is S10. This requirement is 100% set-aside for small businesses. The services are to be performed at Defense MicroElectronics Activity (DMEA) Bldg 1 & 2, 4234 54th St, McClellan, CA. Solicitation HQ0727-14-R-0005 is issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-71 effective 25 Nov 2013. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. Offerors are requested to submit a written proposal in response to the attached solicitation, dated 13Dec 2013, on a firm fixed price (FFP) basis for preventative/remedial/emergency and time and materials (T&M) basis for over and above maintenance services for a base period and 2 option periods. The government intends to award a firm fixed-price basis for preventative/remedial/emergency with time and materials basis for over and above for contract containing the contract line item number(s) identified in the SF 1449. For Site vistit information see SF 1449. -Written proposal are due at or before 9 AM PST, Friday, January 17, 2014. Email, proposals to: ana.fragoso@dmea.osd.mil. Offerors are required to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. Proposals shall be valid for 60 calendar days from the date specified for receipt of offers. Proposals will be evaluated based on "best value" in response to the Proposal Requirements in the SF 1449, Provision 52.212-2 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): _http://farsite.hill.af.mil/ SOLICITATION PROVISIONS/CONTRACT CLAUSES: The following FAR & DFAR provisions and clauses apply to and are incorporated in the solicitation either by reference or in full text: 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Restrictions On Subcontractor Sales To The Government 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-1 Small Business Program Representations 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6 Notice Of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Act Of 1965 52.222-43 Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.223-3 Hazardous Material Identification and Material Safety Data 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.232-18 Availability Of Funds 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.237-3 Continuity Of Services 52.242-13 Bankruptcy 52.243-1 Alt I Changes-Fixed Price (Aug 1987) - Alternate I 52.245-9 Use And Charges 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.253-1 Computer Generated Forms 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-0001 Line Item Specific: Single Funding 252.204-7000 Disclosure Of Information 252.204-7003 Control Of Government Personnel Work Product 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.215-7008 Only One Offer 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card 252.232-7010 Levies on Contract Payments 252.237-7019 Training for Contractor Personnel Interacting with Detainees 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items G-909 WAWF Submittal Information (Local) H-931 G-909 Required Insurance WAWF J-000 List of Attachments
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-14-R-0004/listing.html)
- Place of Performance
- Address: 4234 54th Street, McClLellan, California, 95652-2100, United States
- Zip Code: 95652-2100
- Zip Code: 95652-2100
- Record
- SN03251434-W 20131215/131213234214-ea0ada9f8875f859d1c84372fb2e7ef8 (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 |