Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2015 FBO #5010
SOLICITATION NOTICE

J -- Elevator Inspection, Testing & Maintenance - Package #1

Notice Date
8/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
 
ZIP Code
20135
 
Solicitation Number
HSFE50-15-R-0042
 
Archive Date
9/25/2015
 
Point of Contact
Thomas E. Crouch, Phone: 5405427007
 
E-Mail Address
thomas.crouch@associates.fema.dhs.gov
(thomas.crouch@associates.fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Mount Weather Access Application Price/Cost Schedule List of Clauses SOW This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplementated with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Request for Proposal (RFP) No. HSFE50-15-R-0042 is being issued to solicit proposals for inspection, testing, maintenance and repair services to be performed on elevators, chair lifts and dock levelers located at the Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Mount Weather Emergency Operations Center (MWEOC), 19844 Blue Ridge Mountain Road, Mount Weather, VA 20135-2006. The solicatation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-83, effective 08/03/2015. The NAICS codes applicable to this requirement are: 541350 and/or 811310, small business size standard $7.5 Million. It is anticipated that only one award will result from this solicitation. The Government anticipates the resultant award to be an Open Market purchase order, or a delivery order under a GSA Schedule Contract. If GSA Schedule pricing is being proposed, the Offeror shall provide the GSA Schedule Contract number and its expiration date. If both GSA Schedule pricing and Open Market pricing are being proposed, the Offeror shall designate which items are GSA Schedule pricing and which items are Open Market pricing. Please include all applicable GSA discounts in your offer. The period of performance will include a base and four consecutive option years. The Statement of Work is provided as ATTACHMENT 1 to this RFP. A list of clauses applicable to this RFP is provided as ATTACHMENT 2. The provisions FAR 52.212-1 "Instructions to Offerors-Commercial" and FAR 52.212-4 "Contract Terms and Conditions-Commercial Items" apply to this acquisition, if the Offeror is proposing open market pricing. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certification-Commercial Items" with their response or provide this information via the ORCA website, http://orca.bpn.gov. EVALUATION INFORMATION: The Government will make award to the responsible/responsive Offeror whose offer will be most advantageous to the Government, price and other factors considered. The Contractor's proposal shall address the following technical evaluation criteria, against which they will be evaluated: TECHNICAL EXPERIENCE - The Offeror must address their experience performing the technical aspects of inspecting, testing, maintaining and repairing elevator devices similar to those listed in the Statement of Work. The Offeror must also demonstrate an understanding of the work to be accomplished. PERSONNEL QUALIFICATIONS - the Offeror must show evidence that their service technicians have adequate experience and proper training for inspecting, testing, maintaining and repairing elevator devices. This training should include general elevator device training by technical schools or through approved apprenticeship programs and specialized training for the specific types of equipment included in this contract. SPARE PARTS INVENTORY - The Offeror shall maintain access to a replacement parts inventory to allow repair of malfunctioning equipment and systems within a reasonable timeframe. STAFFING AND MANAGEMENT PLAN - The Offeror must show evidence of an adequate staffing and management plan, which will allow efficient accomplishing of the requirements of the contract. These factors, when combined, are of equal importance to cost. The pricing proposal shall contain Firm Fixed Pricing for the base year, as well as Option Years One through Four, and should be submitted by completing ATTACHMENT 3. A written notice of award or acceptance of proposal, emailed or otherwise furnished to the successful Offeror shall result in a binding contract without further action by either party. Offerors are reminded that award can only be made to a Contractor who is registered in the System for Award Management (SAM) database. Amendments to this RFP will be published in the same manner as the initial synopsis/solicitation. SITE VISIT - An organized site visit has been scheduled for August 17, 2015, 0900 Hours Local Time Instructions for the site visit are contained in Attachment 2, Clause 52.236-27. SELECTION PROCESS - The selection process is detailed in Attachment 2, Clause 52.212-2. QUESTIONS Questions regarding this RFP are to be submitted via email, in MS word format to Thomas.Crouch@associates.dhs.fema.gov by 12:00 PM local time on 08-24-2015. PROPOSAL SUBMISSION INSTRUCTIONS The Offeror shall submit an electronic proposal via email to Thomas.Crouch@associates.dhs.fema.gov no later than 4:00 PM local time on 09-10-2015. The subject line of emails pertaining to this solicitation shall clearly reference RFP #HSFE50-15-R-0042. Total size of emails shall not exceed 8MB due to DHS email restrictions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-15-R-0042/listing.html)
 
Place of Performance
Address: Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mount Weather, Virginia, 20135-2006, United States
Zip Code: 20135-2006
 
Record
SN03832076-W 20150812/150811000348-17d7aaeb50c73cbe27bb6925c2ad2689 (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.