Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

H -- Inspection of portable cranes, overhead hoists, trailer boom sling and clasps

Notice Date
5/14/2020 7:34:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W7M8 USPFO ACTIVITY IAANG 185 SIOUX CITY IA 51111-1396 USA
 
ZIP Code
51111-1396
 
Solicitation Number
W50S72-20-Q-7100
 
Response Due
5/21/2020 12:00:00 PM
 
Archive Date
06/05/2020
 
Point of Contact
Mark A. Crombie, Phone: 17122330513, Fax: 17122330576, Allison N. Harbit, Phone: 7122330512, Fax: 7122330576
 
E-Mail Address
mark.a.crombie4.mil@mail.mil, allison.n.harbit.mil@mail.mil
(mark.a.crombie4.mil@mail.mil, allison.n.harbit.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This solicitation, W50S72-20-Q-7100, 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) 2020-02, effective 23 December 2019. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 811310 and the small business size standard is $7.5 million. The government evaluation factor for this acquisition is LOW PRICE that meets the minimum specifications. The government plans to award the lowest priced product that meets the minimum essential needs. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial item is requested in this solicitation: Required Line Items: 1. Inspect and load test TWO EACH portable cranes in Bldg. 241 (Aircraft Paint Facility) In Accordance With Performance Work Statement (PWS).� - 1 Job 2. Inspect and load test ONE EACH portable overhead hoist in Building 252 (A.G.E.) In Accordance With Performance Work Statement (PWS).� - 1 Job 3. Inspect and load test TWO EACH surface mounted automotive type hoists in Bldg. 252 (A.G.E.) In Accordance With Performance Work Statement (PWS).� - 1 Job 4. Inspect and load test TWO EACH boom sling and clasps on boot strap trailers In Accordance With Performance Work Statement (PWS).� - 1 Job 5. Contractor Manpower Reporting. - 1 Job CMR INSTRUCTIONS: ""The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Army 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. Contractors may direct questions to the help desk at http://www.ecmra.mil/."" The following is applicable to this acquisition: The Department of Defense Activity Address Code (DODAAC) is W50S72 The Unit Identification Code (UIC) for the requiring activity is F8Z2LG SUBMISSION REQUIREMENTS/RFQ TERMS: 1.� Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or DUNS Number: Country of Manufacture: � Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified in the PWS.� Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award. 3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.� Vendors must submit the Representations and Certifications from Attachment #1, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. 4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.� Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. 5. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, certification must be filled out and returned with your quote, if not contained within SAM profile. 6. Site visits may be arranged upon request. � 7. Proposals are due at 2:00 PM Central on Thursday, 21�May 2020, at: 185ARW/MSC ATTN: SMSgt. Mark A. Crombie 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, e-mailed to mark.a.crombie4.mil@mail.mil, or faxed to (712) 233-0576. Questions regarding this solicitation may be directed to SMSgt Mark Crombie, (712) 233-0513, mark.a.crombie4.mil@mail.mil , TSgt Megan Vander Molen, 712-233-0514, megan.e.vandermolen.mil@mail.mil , Or 2d Lt Allison Harbit, (712) 233-0512. Allison.n.harbit.mil@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/98016df734ca4835a469b47df966c23b/view)
 
Place of Performance
Address: Sioux City, IA 51111, USA
Zip Code: 51111
Country: USA
 
Record
SN05657439-F 20200516/200514230153 (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.