Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2015 FBO #5018
SOLICITATION NOTICE

J -- OPTION - Vertical Lift Maintenance

Notice Date
8/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Macomb, Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
W91247-15-T-0269
 
Response Due
8/26/2015
 
Archive Date
2/22/2016
 
Point of Contact
Name: Scott Bertacini, Title: Contract Specialist, Phone: 9109074747, Fax:
 
E-Mail Address
scott.r.bertacini.civ@mail.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W91247-15-T-0269 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-08-26 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The MICC Fort Bragg requires the following items, Meet or Exceed, to the following: Base Period of Performance: 09/14/2015 - 09/13/2016 LI 001: Preventative Maintenance. Contractor shall provide preventative maintenance in accordance with the Performance Work Statement., 2, EA; LI 002: Telephone Support. Contractor shall provide telephone support 24 hours a day 5 days a week in accordance with the Performance Work Statement., 12, MONTHS; LI 003: Service Calls. SERVICE CALLS ARE A FLAT FIXED PRICE AND INCLUDE ONLY LABOR. Contractor shall provide service calls in accordance with the Performance Work Statement (PWS para 5.2.10). The Government estimates it will require no more than 5 services calls in a given year. A service call is only complete upon satisfactorily restoring the device to 100% operational status. A contractor shall not invoice more than one service call for any given issue. (example, contractor comes to site identifies the issue, leaves the site, returns with parts, completes repairs; this is one service call). See Technical Exhibit 3 for historical data., 5, EA; LI 004: Parts - VLM Repairs Repair Parts. DO NOT PRICE THIS CLIN. This CLIN is for reimbursement of costs for repair parts as indicated in the Performance Work Statement. Contractor shall be reimbursed for actual costs billed by the supplier. The Contractor shall not apply any G&A expense, mark-up or indirect cost rates to any supplies, services, or repair parts provided under this CLIN. The Contractor's invoice will be accompanied and supported by a copy of the supplier's invoice. DO NOT PRICE THIS CLIN. $3,500 will be funded on this CLIN., 1, JOB; LI 005: Contractor Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil., 1, EA; Option 1 Period of Performance: 09/14/2016 - 09/13/2017 LI 001: Preventative Maintenance. Contractor shall provide preventative maintenance in accordance with the Performance Work Statement., 2, EA; LI 002: Telephone Support. Contractor shall provide telephone support 24 hours a day 5 days a week in accordance with the Performance Work Statement., 12, MONTHS; LI 003: Service Calls. SERVICE CALLS ARE A FLAT FIXED PRICE AND INCLUDE ONLY LABOR. Contractor shall provide service calls in accordance with the Performance Work Statement (PWS para 5.2.10). The Government estimates it will require no more than 5 services calls in a given year. A service call is only complete upon satisfactorily restoring the device to 100% operational status. A contractor shall not invoice more than one service call for any given issue. (example, contractor comes to site identifies the issue, leaves the site, returns with parts, completes repairs; this is one service call). See Technical Exhibit 3 for historical data., 5, EA; LI 004: Parts - VLM Repairs Repair Parts. DO NOT PRICE THIS CLIN. This CLIN is for reimbursement of costs for repair parts as indicated in the Performance Work Statement. Contractor shall be reimbursed for actual costs billed by the supplier. The Contractor shall not apply any G&A expense, mark-up or indirect cost rates to any supplies, services, or repair parts provided under this CLIN. The Contractor's invoice will be accompanied and supported by a copy of the supplier's invoice. DO NOT PRICE THIS CLIN. $3,500 will be funded on this CLIN., 1, JOB; LI 005: Contractor Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil., 1, EA; Option 2 Period of Performance: 09/14/2017 - 09/13/2018 LI 001: Preventative Maintenance. Contractor shall provide preventative maintenance in accordance with the Performance Work Statement., 2, EA; LI 002: Telephone Support. Contractor shall provide telephone support 24 hours a day 5 days a week in accordance with the Performance Work Statement., 12, MONTHS; LI 003: Service Calls. SERVICE CALLS ARE A FLAT FIXED PRICE AND INCLUDE ONLY LABOR. Contractor shall provide service calls in accordance with the Performance Work Statement (PWS para 5.2.10). The Government estimates it will require no more than 5 services calls in a given year. A service call is only complete upon satisfactorily restoring the device to 100% operational status. A contractor shall not invoice more than one service call for any given issue. (example, contractor comes to site identifies the issue, leaves the site, returns with parts, completes repairs; this is one service call). See Technical Exhibit 3 for historical data., 5, EA; LI 004: Parts - VLM Repairs Repair Parts. DO NOT PRICE THIS CLIN. This CLIN is for reimbursement of costs for repair parts as indicated in the Performance Work Statement. Contractor shall be reimbursed for actual costs billed by the supplier. The Contractor shall not apply any G&A expense, mark-up or indirect cost rates to any supplies, services, or repair parts provided under this CLIN. The Contractor's invoice will be accompanied and supported by a copy of the supplier's invoice. DO NOT PRICE THIS CLIN. $3,500 will be funded on this CLIN., 1, JOB; LI 005: Contractor Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil., 1, EA; Option 3 Period of Performance: 09/14/2018 - 09/13/2019 LI 001: Preventative Maintenance. Contractor shall provide preventative maintenance in accordance with the Performance Work Statement., 2, EA; LI 002: Telephone Support. Contractor shall provide telephone support 24 hours a day 5 days a week in accordance with the Performance Work Statement., 12, MONTHS; LI 003: Service Calls. SERVICE CALLS ARE A FLAT FIXED PRICE AND INCLUDE ONLY LABOR. Contractor shall provide service calls in accordance with the Performance Work Statement (PWS para 5.2.10). The Government estimates it will require no more than 5 services calls in a given year. A service call is only complete upon satisfactorily restoring the device to 100% operational status. A contractor shall not invoice more than one service call for any given issue. (example, contractor comes to site identifies the issue, leaves the site, returns with parts, completes repairs; this is one service call). See Technical Exhibit 3 for historical data., 5, EA; LI 004: Parts - VLM Repairs Repair Parts. DO NOT PRICE THIS CLIN. This CLIN is for reimbursement of costs for repair parts as indicated in the Performance Work Statement. Contractor shall be reimbursed for actual costs billed by the supplier. The Contractor shall not apply any G&A expense, mark-up or indirect cost rates to any supplies, services, or repair parts provided under this CLIN. The Contractor's invoice will be accompanied and supported by a copy of the supplier's invoice. DO NOT PRICE THIS CLIN. $3,500 will be funded on this CLIN., 1, JOB; LI 005: Contractor Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Bragg is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Will be based on lowest price technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price. Offer MUST be good for 30 calendar days after submission
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/10f938d10c84ec6e8c45414d26dc314b)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03844224-W 20150820/150819000502-10f938d10c84ec6e8c45414d26dc314b (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.