Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2019 FBO #6509
SOLICITATION NOTICE

J -- WAPA SNR Overhead and Roll Up Door Maintenance and Repair Service - Combined Synopsis and Solicitation Attachments

Notice Date
9/19/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
 
ZIP Code
00000
 
Solicitation Number
19WA132780
 
Archive Date
10/10/2019
 
Point of Contact
Nickie Cruthirds,
 
E-Mail Address
cruthirds@wapa.gov
(cruthirds@wapa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Contract Labor Standards Wage Determination 2015-5677 - Trinity County Service Contract Labor Standards Wage Determination 2015-5631 - Sacramento County Service Contract Labor Standards Wage Determination 2015-5627 - Shasta County Service Contract Labor Standards Wage Determination 2015-5623 - Alameda County PWS Attachment 2 - Preventative Maintenance Checklist PWS Attachment 1 - Overhead Door Inventory Performance Work Statement Solicitation Provisions and Clauses 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; proposals are being requested and a written solicitation will not be issued. Solicitation number 19WA132780 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. This requirement is set-aside for small business concerns. The North American Industrial Classification System (NAICS) code for the proposed contract action is 238290 for Other Building Equipment Contractors. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, us $16.5 Million annual revenue. The Government intends to award the following contract line item number(s)(CLINs), items, quantities, and units of measure: see attached Solicitation Provisions and Clauses, pages 3-9. The Western Area Power Administration (WAPA) Sierra Nevada Region (SNR) requires non-personal janitorial services including all equipment, materials, supplies, tools, labor, management, supervision, and travel required to perform annual preventative maintenance service and repairs and/or replacement for roll-up and overhead doors at SNR locations. Please see the attached Performance Work Statement and Overhead Door Inventory for a more detailed description of the requirement. Services are required to be performed at the SNR locations identified in the Solicitation Provisions and Clauses and Overhead Door Inventory for a base year period of performance (PoP) and four (4) option years. The PoP for the base year is estimated to be 1 October 2019 through 30 September 2020; option years may be exercised on an annual basis thereafter, at the discretion of the Government. Services and acceptance are required FOB Destination. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Addenda are applicable to the provision. The provision at 52.212-2, Evaluation-Commercial Items, is not applicable to this acquisition. Award will be made to the Offeror that provides the best value to the Government for each contract line item number, including evaluation of price and other factors, e.g., past performance. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. Offerors must complete only paragraph (b) if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) (https://www.sam.gov). If the Offeror has not completed the annual representations and certifications electronically, the Offeror must complete only paragraphs (c) through (u)). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda are not applicable to the provision. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable, as checked in the attached Solicitation Provisions and Clauses. Additional contract requirement(s) or terms and conditions are identified in the attached Solicitation Provisions and Clauses. There is no assigned Defense Priorities and Allocations System (DPAS) rating for this requirement Offers are due by 11:00 a.m. (PST) Wednesday, 25 September 2019. Offers must be submitted to the Contracting Officer, Ms. Nickie Cruthirds, by e-mail (cruthirds@wapa.gov). Information regarding the solicitation can be obtained from the Contracting Officer, Ms. Nickie Cruthirds, by e-mail (cruthirds@wapa.gov). Telephone inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db6a5ba3fd5574dea4b33392e9cab355)
 
Place of Performance
Address: Various, California, United States
 
Record
SN05450771-W 20190921/190919230819-db6a5ba3fd5574dea4b33392e9cab355 (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.