Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2015 FBO #5007
SOLICITATION NOTICE

H -- Keswick Power Plant 230 Ton Bridge Crane Service & Inspection - RFQ R15PS01584

Notice Date
8/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R15PS01584
 
Archive Date
9/8/2015
 
Point of Contact
Rosana Yousef Goarji, Phone: 916-978-5004
 
E-Mail Address
ryousefgoarji@usbr.gov
(ryousefgoarji@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
KESWICK POWER PLANT 230 Ton BRIDGE CRANE SERVICE AND INSPECTION The Department of the Interior, Bureau of Reclamation, Mid-Pacific Region has a requirement for: 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. (ii) The solicitation number is Request for Quote No. R15PS01584. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This requirement is a Total Small Business Set-Aside and the associated NAICS is 811310 and the associated small business size standard is $7.5 Million. (v) The contract line items (CLINS) are listed as follows: Contractor to provide labor, supplies, equipment & material to conduct inspection & repair of crane. See table below: ITEM NO. SUPPLIES/SERVICES EST. QTY UNIT PRICE AMOUNT 0001 KESWICK POWER PLANT 230 Ton BRIDGE CRANE SERVICE AND INSPECTION. See SF-1449 above. 1 AU tiny_mce_marker_________ tiny_mce_marker___________ (vi) Description of requirements for the items to be acquired. Please see Attachment No. 2 - Performance Work Statement (vii) Date(s) and place(s) of delivery and acceptance and FOB point. The work shall be completed no later than 120 days from the date of award at Keswick Power Plant. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (ix) The provision at 52.212-2, Evaluation-Commercial Items, Is used, and the specific evaluation criteria to be included in paragraph (a) of that provision. If this provision is not used, describe the evaluation procedures to be used. See (a) below. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 - Technical Subfactor 1.a. - Technical Approach Vendor provides sufficient information for the Government to determine that the firm has a thorough understanding of the technical requirements and complexity of the work and has the capability of providing the specialized services described in the performance work statement. Subfactor 1.b. - Experience The vendor demonstrates experience necessary to provide the services described in the performance work statement. Subfactor 1.c. - Certification The vendor provides sufficient information to determine that the services meet the latest applicable industry standards and certification requirements. Factor 2 - Past Performance The vendor includes sufficient information for the Government to determine that they have successfully completed the same or very similar services. The vendor does not have any instances of failure to deliver or of termination of a contract for cause/default. Factor 3 - Price Award will be made to the lowest priced quote from the pool of technically acceptable firms. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful firm within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Quotes or Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attachment number 2 for applicable clauses. (xiii) Additional contract requirement(s) are attached. See Attachment No. 3 for Departmental Terms and Conditions. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this procurement. (xv) Quotes/Offers are due on August 24, 2015 at 1:00p.m. Pacific Daylight Time. E-Mail responses to ryousefgoarji@usbr.gov (xvi) For Information regarding this procurement, please contact Ms. Rosana Yousef Goarji at (916) 978-5004. (xvii) Attachments Include: (1) Bid Schedule; (2) FAR Clause 52.212-5 in Full Text; (3) Departmental Terms and Conditions. All of the above attachments are hereby incorporated and made a part of this solicitation and resultant purchase order or contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b684d9bbb3da040e2b64f72262e9e02)
 
Place of Performance
Address: Keswick Power Plant, Redding, California, United States
 
Record
SN03828890-W 20150809/150807234933-8b684d9bbb3da040e2b64f72262e9e02 (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.