Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2015 FBO #5014
SOLICITATION NOTICE

J -- SRI Elevator Tower PM - SRI Picture

Notice Date
8/14/2015
 
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 Air Force, Air Force Material Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-15-R-0001
 
Archive Date
9/29/2015
 
Point of Contact
Alanna Crawford, Phone: 8508822797
 
E-Mail Address
alanna.crawford@us.af.mil
(alanna.crawford@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Past Performance Questionnaire Performance Work Statement (PWS) Wage Determination 252.209-7999 Picture of SRI Tower This is a combined synopsis/solicitation for commercial services and/or supplies prepared in accordance with the format in FAR Subpart 12.6, and FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. This is a Request for Proposals (RFP) and the solicitation number for this requirement is FA2823-15-R-0001. The AFMC AFTC/PZIOA, Eglin AFB, Florida, requires Santa Rosa Island Elevator Maintenance/Repair Services. DESCRIPTION OF REQUIREMENT: The contractor shall provide inspection, maintenance, and repair on the SRI Tower. This includes scheduled periodic maintenance, unscheduled maintenance actions, and maintenance needed/noticed due to inspections. These maintenance actions should combine together to not only maintain the tower in an operational condition but should also improve some of the tower systems as they exist today. These events will need to be assumed as a full time manning requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 20150803, DFAR DPN 20150626, and AFFAR AFAC 20150406. The North American Industry Classification System code (NAICS) is 811310, with a Small Business Size Standard of $7,500,000.00. A firm fixed price contract will be awarded. The following items are required: CLIN Description Qty 0001 Base Year. 9/30/2015 - 9/29/2016. Preventative Maintenance for the Santa Rosa Elevator Tower. Maintenance in accordance with the Performance Work Statement. 12 Months 0002 Base Year. 9/30/2015 - 9/29/2016.Unscheduled Maintenance/Repairs. The service provider shall provide all required nonscheduled maintenance to maintain operational readiness. Once a problem is identified, the vendor will notify the government representative (POC) identified in the PWS with a proposal for repair. The vendor will not perform the maintenance/repair unless directed to proceed by the Contracting Office. 12 Months 1001 Option Year One. 9/30/2016 - 9/29/2017. Preventative Maintenance for the Santa Rosa Elevator Tower. Maintenance in accordance with the Performance Work Statement. 12 Months 1002 Option Year One. 9/30/2016 - 9/29/2017. Unscheduled Maintenance/Repairs. The service provider shall provide all required nonscheduled maintenance to maintain operational readiness. Once a problem is identified, the vendor will notify the government representative (POC) identified in the PWS with a proposal for repair. The vendor will not perform the maintenance/repair unless directed to proceed by the Contracting Office. 12 Months 2001 Option Year Two. 9/30/2017 - 9/29/2018. Preventative Maintenance for the Santa Rosa Elevator Tower. Maintenance in accordance with the Performance Work Statement. 12 Months 2002 Option Year Two. 9/30/2017 - 9/29/2018 Unscheduled Maintenance/Repairs. The service provider shall provide all required nonscheduled maintenance to maintain operational readiness. Once a problem is identified, the vendor will notify the government representative (POC) identified in the PWS with a proposal for repair. The vendor will not perform the maintenance/repair unless directed to proceed by the Contracting Office. 12 Months 3001 Option Year Three. 9/30/2018 - 9/29/2019. Preventative Maintenance for the Santa Rosa Elevator Tower. Maintenance in accordance with the Performance Work Statement. 12 Months 3002 Option Year Three. 9/30/2018 - 9/29/2019. Unscheduled Maintenance/Repairs. The service provider shall provide all required nonscheduled maintenance to maintain operational readiness. Once a problem is identified, the vendor will notify the government representative (POC) identified in the PWS with a proposal for repair. The vendor will not perform the maintenance/repair unless directed to proceed by the Contracting Office. 12 Months 4001 Option Year Four. 9/30/2019 - 9/29/2020. Preventative Maintenance for the Santa Rosa Elevator Tower. Maintenance in accordance with the Performance Work Statement. 12 Months 4002 Option Year Four. 9/30/2019 - 9/29/2020. The service provider shall provide all required nonscheduled maintenance to maintain operational readiness. Once a problem is identified, the vendor will notify the government representative (POC) identified in the PWS with a proposal for repair. The vendor will not perform the maintenance/repair unless directed to proceed by the Contracting Office. Preventative Maintenance for the Santa Rosa Elevator Tower. Maintenance in accordance with the Performance Work Statement. 12 Months THE FOLLOWING ARE CONSIDERED REQUIRED DOCUMENTATION: 1. Complete the Blocks 12, 17a, 17b, 30 a-c on the Standard Form (SF) 1449. An authorized official of the firm must sign and date the SF 1449 in Block 30 a-c. 2. Continuation of the SF 1449 pages 3 through 7 with proposed pricing for all line items including all option periods. 3. All Representations, Certifications, and Acknowledgments executed as set forth in this RFP. Offeror shall also include Data Universal Numbering system (DUNS), Tax Identification Number (TIN) and Commercial and Government Entity Code (CAGE) as well as Remittance Address if different from offeror's address. 4. Acknowledgement of all amendments issued by signing the amendment and returning it or completing the information below the "List of Attachments" in this solicitation. 5. All offerors are required to complete and submit the attachment 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. Attachments: Attachment 1: Picture of Santa Rosa Elevator Tower. Attachment 2: 252.209-7999, Contractor fill out and sign and return. Attachment 3: Wage Determination Attachment 4: Performance Work Statement Attachment 5: Past Performance Questionnaire Attachment 6: Request for Proposal This procurement is unrestricted. BASIS FOR AWARD: See attached Solicitation Addendum to FAR 52.212-2 Evaluation of Commercial Items. DELIVERY ADDRESS: 96 TW LMCA MHU BLDG 33 Eglin AFB, FL. 32542 FOB: Destination. PROVISIONS/CLAUSES: See attached solicitation - RFP FA2823-15-R-0001 All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on September 14, 2015 by 4:00 p.m. CST. PROPOSAL SUBMISSION: Each offeror shall submit an ORIGINAL AND 1 COPY (total of 2) of Volume 1 and 1 original and 1 copy for Volume 2( total of 2). If hard copies are submitted, mail to address in Block 9 of the SF 1449 or Offeror can email the proposal to Alanna.Crawford@us.af.mil and Vernon.Valigura.1@us.af.mil. Questions can be emailed to the information below: E-mail Alanna.Crawford@us.af.mil Any questions submitted after this date, may not be answered. Submit offers or any questions to the attention of Contract Specialist Alanna Crawford, by email to alanna.crawford@us.af.mil by 31 August 2015 at 12:00 pm CST. SITE VISIT: A site visit will be held on 27 August 2015 at 0900 CST. Directions from Eglin/Navarre: Get onto HWY 98 (Miracle Street Parkway) heading East towards Brooks Bridge. After bridge take a right onto Santa Rosa Blvd and go to the end of the road to the gate. The site visit is expected to last approximately 2 hours. You are required to submit your request for attendance in writing with the name and social security number of each individual that will be attending the site visit to Alanna Crawford by fax: 850-882-1680 or email: alanna.crawford@us.af.mil NO LATER THAN 20 August 2015 at 8:00am CST, so we can make arrangements for access to the installation. Please limit your number of attendees to two. Questions from the site visit must be submitted in writing by 31 August 2015 at 12:00 pm CST. Each question shall reference the specific section or attachment of the solicitation (as applicable) and the corresponding paragraph number. Remarks and explanations at the site visit shall not alter the terms and conditions of the solicitation unless the solicitation is formally amended. Any oral statements made by the Government representatives shall not be binding upon the Government, all necessary changes will be made in writing by the Contracting Officer. Government Point of Contact: Alanna Crawford, USAF Contract Specialist alanna.crawford@us.af.mil VERNON VALIGURA Contracting Officer Vernon.valigura.1@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1bde78479371a4ab562fec393ec8e11e)
 
Place of Performance
Address: Eglin, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03839341-W 20150816/150814235137-1bde78479371a4ab562fec393ec8e11e (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.