Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

H -- Fitness Equipment Maintenance

Notice Date
9/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
R15PS00277
 
Response Due
9/10/2015
 
Archive Date
9/25/2015
 
Point of Contact
Dieguez, Leslie G
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Reclamation (Reclamation), Lower Colorado Region, Yuma Area Office located in Yuma, AZ has a requirement for a contractor to provide fitness equipment preventative maintenance. It is anticipated that one firm fixed-price purchase order with a base year and four option periods will be awarded. All costs to provide this service shall be included with your quote. All attachments pertaining to this solicitation can be found on FedConnect at www.FedConnect.net. The following are the steps to access the attachments: 1) Select "Search Public Opportunities Only." A search box will appear. 2) Use the drop down arrow to change the search criteria to "reference number," in the search field enter the RFQ No. R15PS00277, and then search. A link should appear and this is where you can download and view the attachments. (i) 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) This requirement is being issued as Solicitation No. R15PS00277. This solicitation is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-83. (iv) This requirement is set-aside to small businesses. The North American Industry Classification System (NAICS) Code for this acquisition is: 811490 ¿ Other Personal and Household Goods Repair and Maintenance. The small business size standard for NAICS Code 811490 is $7.5 million dollars. (v) Contract Line Item Numbers: Line Item 0001: Initial Inspection Fee, 1 Lump Sum Line Item 0002: Preventative Maintenance, Quarterly Line Item 0003: Replacement Parts, as needed Line Item 0004: Labor Charges for Non-Routine Service Calls, Hourly Rate Line Item 0005: Preventative Maintenance Option Year 1, Quarterly Line Item 0006: Replacement Parts Option Year1, as needed Line Item 0007: Labor Charges for Non-Routine Service Calls Option Year 1, Hourly Rate Line Item 0008: Preventative Maintenance Option Year 2 Performed, Quarterly Line Item 0009: Replacement Parts as needed Option Year 2 Line Item 0010: Labor Charges for Non-Routine Service Calls Option Year 2, Hourly Rate Line Item 0011: Preventative Maintenance Option Year 3, Quarterly Line Item 0012: Replacement Parts Option Year3, as need Line Item 0013: Labor Charges for Non-Routine Service Calls Option Year 2, Hourly Rate Line Item 0014: Preventative Maintenance Option Year 4, Quarterly Line Item 0015: Replacement Parts Option Year 4, as needed Line Item 0016: Labor Charges for Non-Routine Service Calls Option Year 4, Hourly Rate Please see the attached Contract Price Schedule for more details (Attachment No. 2) (vi) The Bureau of Reclamation has a requirement for a contractor to provide fitness equipment preventative maintenance, in accordance with the attached Performance Work Statement (Attachment No. 1). If you are unable to find the Performance Work Statement on FedConnect.net, please contact the contract specialist. The Bureau of Reclamation is requesting that you submit a quote in accordance with the attached Performance Work Statement. Pricing shall include the optional four years (i.e. pricing for 5 years). The attached Contract Price Schedule (Attachment No. 2) must be submitted with your quote. (vii) Performance period for this requirement is October 1, 2015 through September 30, 2016 (plus four option periods). Place of performance is 7301 Calle Agua Salada Yuma, AZ 85364, Administration Building, Room Number 153. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items (ix) FAR Provision 52.212-2 is applicable to this RFQ. Evaluation of Quotation (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 will be the only factor considered. Therefore, this is based on lowest price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror 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) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. To complete obtain and complete a hard copy of Provision 52.212-03, it can be found in the Federal Acquisition Regulation. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representative 52.222-3, Convict Labor 52.222 ¿19, Child Labor ¿Cooperation with Authorities and Remedies 52.222 ¿21, Prohibition of Segregated Facilities Alternate 1 52.222 ¿26, Equal Opportunity 52.222 ¿36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223 ¿18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3, Buy American-Free Trade Agreements ¿Israeli Trade Act ¿ Alternate II 52.225 ¿13, Restrictions on Certain Foreign Purchases 52.232 ¿33, Payment by Electronic Funds Transfer ¿ System for Award Management 52.222-41, Service Contract Labor Standards: WAGE DETERMINATION NO. 2005-2027, REVISION NO. 20, DATE OF REVISION 07/08/2015 (see Attachment 3 ¿ Wage Determination). 52.222-42, Statement of Equivalent Rates for Federal Hires: 1670 Equipment Services Series; MONETARY WAGE - $15.31/hr.; FRINGE BENEFITS ¿ 19%, includes paid health insurance premiums, retirement benefits, vacation pay, and sick leave pay. 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards ¿ Price Adjustment (Multiple Year and Option Contracts) (xiii) Additional contract requirements include the following clauses and provisions: Provision: 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) Clauses: 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) 52.204-13, System for Award Management Maintenance 52.242 ¿15, Stop ¿Work Order 52.252 ¿06, Authorized Deviations in Clauses Electronic Invoicing and Payment Requirements-Internet Payment Platform (IPP) (xiv) Not applicable. (xv) All questions shall be submitted via email to Leslie Dieguez at ldieguez@usbr.gov no later than Thursday, September 6, 2015, by 5 P.M., PS. Offers are due Thursday, September 10, 2015 by 5:00 P.M., PS. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to ldieguez@usbr.gov. All quoters must be in the registered in the System for Award Management (SAM) and the online representation and certification (Reps & Certs) in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Quoters that reject the terms and conditions of the solicitation may be excluded from consideration. (xvi) The Point of Contact for this solicitation is Ms. Leslie Dieguez. She may be reached via e-mail at ldieguez@usbr.gov, or by phone at 702-293-8369.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/18a6834de3d82a572307f5959d5fdbc1)
 
Record
SN03865561-W 20150903/150901235535-18a6834de3d82a572307f5959d5fdbc1 (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.