Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

J -- Crane and Hoist

Notice Date
3/25/2020 2:57:14 PM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
 
ZIP Code
89191-7063
 
Solicitation Number
FA486120P0051
 
Response Due
4/3/2020 2:00:00 PM
 
Archive Date
04/05/2020
 
Point of Contact
Andrew Horstman, Phone: 7026529576, Julia A. Pettit, Phone: 7026528482
 
E-Mail Address
andrew.horstman.1@us.af.mil, julia.pettit@us.af.mil
(andrew.horstman.1@us.af.mil, julia.pettit@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. SOLICITATION #: F3G3CE9297AW02 This combined synopsis/solicitation is issued as a Request for Proposals.� A Firm Fixed Price type contract for commercial services will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective 01-15-2020. This combined synopsis/solicitation is being issued as a 100% Small Business Set-Aside under NAICS:� 811310 - Materials handling equipment repair and maintenance. CLINs 0001, 1001, 2001, 3001, and 4001 � The contractor shall provide all management, tools, labor, supplies, equipment, material transportation supervision and all other necessary items to perform on site annual and MONTHLY inspections, weight load testing, non-destructive inspection and certification of all hoists listed on the attached Bid Schedule. Period of Performance: CLIN 0001 � 1 Lot - Base Contract � 1 May 2020 � 30 April 2021 CLIN 1001 � 1 Lot - Option Year I - 1 May 2021 - 30 April 2022 CLIN 2001 � 1 Lot - Option Year II - 1 May 2022 - 30 April 2023 CLIN 3001 � 1 Lot - Option Year III - 1 May 2023 - 30 April 2024 CLIN 4001 � 1 Lot - Option Year IV - 1 May 2024 � 30 April 2025 Delivery Location: In accordance with the Performance Work Statement, Nellis AFB, NV FOB Point: �Destination All responsible sources may submit a quote which shall be considered.� When submitting your quotes, please complete and submit Attachment 2, Bid Schedule, along with your capability statement to meet the evaluation requirements in FAR 52.212-2 Evaluation -- Commercial Items. Quotes must be submitted to andrew.horstman.1@us.af.mil, NLT 2:00pm Pacific Standard Time, April 3rd, 2020. Please ensure quotes are valid through 1 May 2020.�� The following provisions and clauses are applicable to subject solicitation: FAR 52.212-1 � Instructions to Offerors applies to this acquisition Provision Addenda:� All offerors shall complete the attached bid schedule. All quotes shall include the following minimum information:� Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule.� Prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award.� Lack of SAM registration shall be a determining factor for contract award.� Prospective vendors should visit the SAM website at http://www.sam.gov to register. FAR 52.212-2 - Evaluation - Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable. This is an ""all or none"" requirement and will be awarded as one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quotes will not be evaluated.� The aggregate cost for base plus all option years will be added together for total contract price.� For the option as defined in FAR 52.217-8, the final option year will be divided in half and added to the total contract value to determine total cost for the purpose of award. � FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposals. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-1 -- Small Business Program Representations Alternate I; 52.219-6 -- Notice of Total Small Business Set-Aside; 52.222-3 -- Convict Labor; 52.222-18 -- Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-19 -- Child Labor�Cooperation with Authorities and Remedies; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-26 -- Equal Opportunity; 52.222-50 -- Combating Trafficking in Persons; 52.223-15 � Energy Efficiency in Energy-Consuming Products; 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving52.225-3 -- Buy American �Free Trade Agreements � Israeli Trade Act; 52.225-4 -- Buy American -- Free Trade Agreements � Israeli Trade Act Certificate; 52.225-13 -- Restrictions on Certain Foreign Purchases; 52.232-1 � Payments; 52.232-8 -- Discounts for Prompt Payment; 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management; 52.233-1 � Disputes, 52.233-3 -- Protest After Award; 52.233-4 -- Applicable Law for Breach of Contract Claim; 52.247-34 -- F.o.b. � Destination; 52.252-2 -- Clauses Incorporated by Reference; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, System for Award Management; 252.225-7000 Buy American--Balance of Payments Program Certificate; 252.225-7001 Buy American and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.243-7001 Pricing of Contract Modifications; 5352.201-9101 Ombudsman; 5352.242-9000 Contractor Access to Air Force Installations 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days of the contract completion date. FAR 52.217-9 -- Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years, 7 months. Attachments (3) (1)� Performance Work Statement (2)� Bid Schedule (3)� Wage Determination
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0944b81e464b4fefa9fc64988b2b1841/view)
 
Place of Performance
Address: Nellis AFB, NV 89191, USA
Zip Code: 89191
Country: USA
 
Record
SN05599808-F 20200327/200325230141 (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  © 1994-2020, Loren Data Corp.