Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2019 SAM #6593
SOLICITATION NOTICE

J -- Machinery Repair & Maintenance

Notice Date
12/16/2019 9:41:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R20Q0005
 
Response Due
12/30/2019 11:00:00 AM
 
Archive Date
01/14/2020
 
Point of Contact
Randy Steiner, Phone: 9283285759, Maribel Sanchez, Phone: 9283286424
 
E-Mail Address
randy.l.steiner.civ@mail.mil, Maribel.Sanchez2.civ@mail.mil
(randy.l.steiner.civ@mail.mil, Maribel.Sanchez2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 1 - Change to response date has been extended from Dec 17th 2019 to Dec 30th 2019.Combined Synopsis Solicitation - Metal Machinery Services Response Date: 30 December 2019 at 12:00 PM Noon MSTSolicitation No: W9124R20Q0005This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, streamlined solicitation for commercial items, as supplemented with additional information included in this notice. This requirement is a commercial item acquisition in accordance with FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. Request for Quotes (RFQ) 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 FAC 2020-01, Effective 12 November 2019 and Defense Federal Regulation Supplement (DFARS), current to DPN 20190531 (Effective 01October 2019) Edition. Offerors that fail to furnish required representation or technical information as required by Federal Acquisition Regulation provisions 52.212-1 or reject the terms and conditions of this solicitation shall be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil.This solicitation is being issued as a Request for Quotations (RFQ) under Solicitation Number W9124R-20-Q-0005 which will result in a single-award, hybrid consisting of Firm Fixed Price (FFP) and Time and Materials (T&M) Contract Line Item Numbers (CLINs). The period of performance is for a one-year base period with two one-year option periods. In accordance with FAR 19.502-2(a), this procurement is automatically reserved exclusively for small businesses and shall be set-aside 100% for small business concerns. The North American Industry Classification System (NAICS) code is 811310 - Commercial and Industrial Machinery Equipment (except Automotive and Electronic) Repair and Maintenance. The size standard for NAICS code for 811310 is $7,500,000.00.Offerors must submit sufficient technical literature to enable the Government to determine that the proposed item meets or exceeds all of the technical capabilities of the Specification. Factors considered to this acquisition has been included within Attachment 1 - Specifications. Quotes will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis and tradeoffs are not permitted. Award will be made on an all or none basis. An offeror must quote on all items in this solicitation to be eligible for award.Clause 52.212-2 applies to this acquisition and has been included within Attachment 2. The following factors shall be used to evaluate offers: Technical Capability of the service offered to meet the Government requirement, and Price. Additional information can be found within the clause. The United States Yuma Proving Ground, Yuma, Arizona is requesting quotes for metal machinery services (See Attachment 2 - Performance Work Statement).This contract will consist of the following Contract Line Item Numbers (CLINs):Base Year:CLIN 0001, Quantity: 12 Unit of Issue: Lot, Description: Annual Maintenance on MachineryCLIN 0002, Quantity 5, Unit of Issue: Lot, Description: Time and Materials - Repair and Materials, Please add all applicable labor category, rate title and hourly rate for all labor hours applicable for this CLIN. CLIN 0003, Quantity: 1, Unit of Issue: Each, Description: Contract Manpower Reporting (CMR)Option Year 1:CLIN 1001, Quantity: 12 Unit of Issue: Lot, Description: Annual Maintenance on MachineryCLIN 1002, Quantity 5, Unit of Issue: Lot, Description: Time and Materials - Repair and Materials, Please add all applicable labor category, rate title and hourly rate for all labor hours applicable for this CLIN. CLIN 1003, Quantity: 1, Unit of Issue: Each, Description: Contract Manpower Reporting (CMR)Option Year 2:CLIN 2001, Quantity: 12 Unit of Issue: Lot, Description: Annual Maintenance on MachineryCLIN 2002, Quantity 5, Unit of Issue: Lot, Description: Time and Materials - Repair and Materials, Please add all applicable labor category, rate title and hourly rate for all labor hours applicable for this CLIN. CLIN 2003, Quantity: 1, Unit of Issue: Each, Description: Contract Manpower Reporting (CMR)As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217?8 by adding one?half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option, second option, and one?half of the second option. Offerors are required only to price the base and two options. Offerors shall not submit a price for the potential one?half year extension of services period.All quotes shall include transportation costs to USAYPG Yuma, Arizona 85365-9498. Arizona vendors are to include Arizona Privilege Tax. Shipping and taxes (if applicable) shall be incorporated into your proposed price. Payment will be made through Wide Area Work Flow (WAWF). Delivery shall be made to USAYPG, AZ 85365-9498 with FOB Destination. All responding vendors must be actively registered with System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.sam.gov/portal/public/SAM.If you have any questions, please contact Randy Steiner, Purchasing Agent, by phone at (928) 328-5759 or by email at randy.l.steiner.civ@mail.mil. Please respond no later than 17 December 2019 at 12:00 (Noon) PM MST.Attachments:Attachment 1 - Clauses and ProvisionsAttachment 2 - Performance Work StatementAttachment 3 - Wage Determination
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/68e02256408b4a39b79683c7b60d1579/view)
 
Place of Performance
Address: 85680, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN05517622-F 20191218/191216230252 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.