Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOLICITATION NOTICE

J -- Lift Shuttle

Notice Date
5/16/2017
 
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 Army, National Guard Bureau, 175 MSG/MSC, MD ANG, 2701 Eastern Blvd, Middle River, Maryland, 21220, United States
 
ZIP Code
21220
 
Solicitation Number
W912K6-17-Q-5004
 
Archive Date
6/3/2017
 
Point of Contact
Robert Sheehan, Phone: 4109186284
 
E-Mail Address
robert.a.sheehan13.mil@mail.mil
(robert.a.sheehan13.mil@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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 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. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2005-87 Effective 06 Apr 2016. This combined synopsis/solicitation is being competed as a Total Small Business Set-Aside. This acquisition will be competed to the full extent required by regulation. The NAICS code that applies is 811310 and business size standard is $7.5 million. The requiremetn is for the Maryland Air National Guard for the repair of our KardexRemstar Vertical Lift Module XP C3000. The broken part is a Photocell light curtain height SH-XP set, trans/rec sick, 1A24 and 1A25, on the automated shuttle storage system. The access door is stuck in the open position, the shelving units will not rotate, and the service light is illuminated. The contractor shall provide all labor, tools, materials, and transportation necessary to accomplish the repair/maintenance necessary. Please notify the contracting office if you are not certified/able to work on the machine. Quotes will be accepted until 19 May 2017 at 12:30 EST. Please provide an itemized quote when submitting. All quotes must be submitted to usaf.md.175-wg.list.msc@mail.mil Please provide a quote for the following items: Travel: To and From 2701 Eastern Blvd, Baltimore, MD 21220 Labor: Certified Technician required - 2 hour maximum. Part: Photocell light curtain height SH-XP set, trans/rec sick 1A24 and 1A25 Any information submitted is at the company's own expense. The Government will not reimburse respondents for any costs associated with submission of capability statements in connection with the market survey. Any information provided is voluntary. No faxes will be accepted. The following Clauses and Provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items (Jun 2008), FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009) Alternate I (Apr 2002) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Mar 2009) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (May 2009) (Deviation) is incorporated into this RFP and the following clauses within FAR 52.212-5, paragraph (b) are applicable: FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), FAR 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)) flow down required in accordance with paragraph (f) of FAR clause 52.222-50 FAR 52.243-1- Changes- Fixed Price The following Clauses and Provisions also apply to this acquisition: FAR 52.219-1, Small Business Program Representations (May 2004) Alternate I (Apr 2002) FAR 52.219-6, Notice of Total Small Business Set Aside (Jun 2003) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.249-2 Term for Convenience of the Government FAR 52.249-8, Default (Fixed-Price Supply and Service) DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jan 2009) (Deviation) DFARS 252-225-7000, Buy American Act- Balance of Payments Program Certificate DFARS 252-225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Request (Mar 2008) (10 U.S.C. 2227) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3d5015e4de4f53c7793302558f550b85)
 
Place of Performance
Address: 2701 Eastern Blvd, Front Gate: 28 Lynbrook Rd, Baltimore, MD, Baltimore, Maryland, 21220, United States
Zip Code: 21220
 
Record
SN04511320-W 20170518/170516235414-3d5015e4de4f53c7793302558f550b85 (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.