Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2014 FBO #4457
MODIFICATION

J -- Vertical Transportation Equipment Repair - Amendment 2

Notice Date
2/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
FA5004-13-R-0019
 
Archive Date
3/17/2014
 
Point of Contact
Ryan Patrick Kittle, Phone: 9073773507, Mark A Chranowski,
 
E-Mail Address
ryan.kittle@us.af.mil, mark.chranowski@us.af.mil
(ryan.kittle@us.af.mil, mark.chranowski@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment #2 corrects the mistyped submission deadline date on Amendment #1. The final deadline for submissions is 11 February 2014 COB 4:30 PM Alaska Time. IMPORTANT NOTE: Funds are not currently available. Funds may be received at anytime from now until the end of the calendar year (31 Dec 2013). It is also possible that no funding may be available and no award may be made. Submission of a proposal does not obligate the government to make an award. Eielson AFB, Alaska has a requirement for Elevator Maintenance Services. The contractor shall provide all management, tools, supplies, equipment, parts and labor necessary to maintain, repair and inspect the real property vertical transportation equipment (VTE) at Eielson AFB, AK. The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations. The contractor's performance will be based on the Contracting Officer's (CO) evaluation and Contracting Officer's designated Representative (COR) (Quality Assurance Personnel) and of the results required by the Service Summary (SS) and not the frequency or method of performance. It is at the contractor's discretion to determine the levels of frequencies to attain the level of service at the best value. The evaluation of results will be based on COR performance assessment, tenant satisfaction, and customer complaints. Final results of the evaluations will be the determining factor for the success or failure of this contract. The contractor shall comply with applicable federal, regional, state, and local laws and commercial standards. The request for proposal will be made available for download at www.fedbizopps.gov approximately September of 2013. This action is set aside for competitive small business in accordance with FAR 19.5, Set-Asides for Small Business. The applicable North American Classification System (NAICS) code is 811310, with a small business size standard of $7.0M. This solicitation will be issued electronically. It will be available only via the Federal Business Opportunities web site (www.fedbizopps.gov). Potential offerors are responsible for downloading their own copy of the solicitation package, as no paper copies will be furnished. An offeror mailing list will not be maintained. Potential offerors should register at www.fedbizopps.gov in order to receive notification and/or changes to the RFP. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function. All offerors MUST be registered in the System of Award Management (SAM) database at http://www.sam.gov. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.fsd.gov or by calling 1-866-606-8220. Any questions concerning this solicitation MUST be submitted in writing (mail, fax or email) to the point of contact listed below. Points of Contact for this RFP are, Primary: A1C Ryan Kittle, phone 907-377-3507. Alternate: SSgt Mark Chranowski, phone 907-377-1242. Offers must be received no later than the date listed in the solicitation (subject to change). Offers may be mailed to 354 Contracting Squadron/LGCB, Attention: A1C Ryan Kittle or SSgt Mark Chranowski, 2310 Central Avenue, Suite 3, Eielson AFB, AK, 99702; faxed to 907-377-2389, or emailed to ryan.kittle@us.af.mil or mark.chranowski@us.af.mil.The government reserves the right to cancel this solicitation, either before or after closing. ALL QUESTIONS SHOULD BE SUBMITTED IN WRITING, QUESTIONS OVER THE TELEPHONE WILL NOT BE TAKEN. NOTE: THE SOLICITATION NUMBER HAS CHANGED DUE TO CROSSING FISCAL YEARS. THE NEW SOLICITATION HAS BEEN POSTED AS FA5004-14-R-0004 BUT THE REQUIREMENT REMAINS THE SAME. NOTE: THE SOLICITATION HAS BEEN AMENDED. THE DEADLINE HAS BEEN EXTENDED TO 11 FEBRUARY 2014 COB 4:30 PM ALASKA TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-13-R-0019/listing.html)
 
Place of Performance
Address: Eielson AFB, Alaska, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN03280214-W 20140206/140204234639-11abd7264de5a1d20d3dee83c6e56cc6 (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.