Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2016 FBO #5247
SOLICITATION NOTICE

J -- Maintenance/Repair of fitness equipment - Performance Work Statement

Notice Date
4/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, 139 AW/180 AS, ROSECRANS MEMORIAL AIRPORT, 705 MEMORIAL DRIVE, ST. JOSEPH, Missouri, 64503-9307
 
ZIP Code
64503-9307
 
Solicitation Number
W912NS-16-Q-3013
 
Archive Date
4/27/2016
 
Point of Contact
Talia A. Guess, Phone: 8162363259, Adam D. Danner, Phone: 8162363256
 
E-Mail Address
talia.a.guess.mil@mail.mil, adam.d.danner.mil@mail.mil
(talia.a.guess.mil@mail.mil, adam.d.danner.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement 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. This solicitation W912NS-16-Q-3013 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 811219 and the small business size standard is $20,500,000.00. The following commercial items are requested in this solicitation; CLIN 0001: Nautilus M7200 Treadmill Troubleshooting/Repair and Annual Maintenance: 4 each S/N- T120700167, T120700169, T120700166 and T120700168 Nautilus M7200 treadmills. Require annual preventative maintenance and troubleshooting/repairs to gain full operation. Treadmills all run for various lengths of time and merely come to an abrupt stop. Belt tension has been adjusted and treadmills do not trip breakers. Power remains at the treadmills during abrupt stop but red light comes on in the motor. All In Accordance With the Performance Work Statement (attached) CLIN 0002: Supply and Replace Nautilus K2 silver vertical climber stepmill console: 1 each S/N- 100160S12103012 Nautilus K2 silver vertical climber stepmill, needs new console (touch screen) has no communication with motor controller and had consistent beep tone in the console. Nautilus K2 silver vertical climber stepmill part number 95-0680 LED Console or equal. All In Accordance With the Performance Work Statement (attached) CLIN 0003: Contractor Manpower Reporting The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 139 th Airlift Wing via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at: http://www.ecmra.mil. UIC - FFTH60. Award will be evaluated on price, delivery and technical capability. Delivery: 30 days after date of contract or sooner. A site visit can be accommodated if required. Please provide your quote no later than 11:00 a.m. CDT, 12 April 2016. The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management, FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria, FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required To Implement statutes or Executive Orders--Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-33, FAR 52.222-41 Service Contract Labor standards, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-55 Minimum Wages Under Executive Order 13658, FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.237-1 Site Visit, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.252-6 Authorized Deviations in Clauses (if Deviation). DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.203-7998 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - representation (Dev), DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, 252.204-7008 (Dev 2016-O0001) Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.204-7012 (Dev 2016-O0001) Safeguarding of Unclassified Controlled Technical Information, DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors, DFARS 252.223-7008 Prohibition of Hexavalent Chromium, DFARS 252.225-7001 Buy American and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports, DFARS 252.232-7006 Wide Area Workflow Payment Instructions, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.244-7000 Subcontracts for Commercial Items. 252. 2 0 9 - 79 9 2 R E P R E S EN T A T I O N B Y C O R P O R A T I ON S R EGA R D I N G A N UN P A I D DE L I NQUEN T T A X LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 A PP R O P R I A T I ON S ( DEV I A T I O N 2 0 1 5 - OO 00 0 5 ) ( DE C 2 01 4 ) •(a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- •(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or •(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. •(b) The Offeror represents that- •(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, •(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. Quotes are required to be received not later than 12 April 2016 11:00am CDT. Send quotes to SSgt Talia Guess email: talia.a.guess.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23-1/W912NS-16-Q-3013/listing.html)
 
Place of Performance
Address: Rosecrans MAP, 705 Memorial Drive, Saint Joseph, Missouri, 64503, United States
Zip Code: 64503
 
Record
SN04071237-W 20160405/160403233049-ef2c8b10cc4e52f70762ceb87b01f295 (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.