Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
MODIFICATION

J -- Overhead Doors PM/RM

Notice Date
10/16/2020 9:06:51 AM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA8125 AFSC PZIMA TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA812521Q0002
 
Response Due
10/29/2020 8:00:00 AM
 
Archive Date
11/30/2020
 
Point of Contact
Shelli Simmons, Phone: (405) 734-4633, CARRIE L. BROWN, Phone: 4057347863, Fax: 4057341142
 
E-Mail Address
shelli.simmons@us.af.mil, CARRIE.BROWN.8@US.AF.MIL
(shelli.simmons@us.af.mil, CARRIE.BROWN.8@US.AF.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Government plans to issue a single purchase order for the Overhead Doors Preventative Maintenance / Remedial Maintenance effort.. This firm-fixed-price type contract will include a 1- year basic period and 4 (1)-year option periods. The Contracting Officer (CO) is the sole point of contact for this acquisition. Address any questions or concerns you may have to the CO. Written requests for clarification may be sent to the CO at the address located in Block 9. This acquisition will be conducted under the procedures of FAR Part 12 -- Commercial Items and FAR Part 13 -- Simplified Acquisition Procedures. This acquisition will utilize past performance and price as evaluation factors. Award will be made to the vendor with the optimal combination of past performance and price, and whose quote conforms to the solicitation requirements (to include all stated terms, conditions, representations, and certifications). Vendors shall complete provisions/clauses as required. Vendors must complete the annual representations and certifications electronically via the System for Award Management (SAM) at https://www.sam.gov. After reviewing the SAM information, the vendor verifies by submission of their quotation that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, are correct. � Past performance information, to include contracts within three (3) years of issuance of this solicitation that contain comparable characteristics for the same or similar items/services, in the format provided. Request each vendor submit up to three (3) Past Performance�Information Forms (PPIFs), with a target page count of three (3) pages per PPIF. The requested number of�PPIFs, and associated page counts, are preferences and not requirements. Vendors may submit less than three�(3) or more than three (3) PPIFs, with page counts less than three (3) or more than three (3) per PPIF. Vendors�shall complete Part A of the Past Performance Questionnaire (Attachment 2) and e-mail it, and the Past�Performance Questionnaire Cover Letter (Attachment 3), to all points of contact (POC) the vendor listed in the��PPIF (Attachment 1). POCs will complete the questionnaires and forward them directly to the CO (carrie.brown. 8@us.af.mil). Questionnaire respondents shall not send the completed information sheets back to the vendor. Vendors shall not follow-up with POCs regarding the status of the questionnaire(s)--the CO will conduct such follow-up with any POC(s) as necessary. The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation and inspection manuals necessary to perform the PM/RM and 24/7 Emergency Maintenance at the Oklahoma City-Air Logistics Complex (OC-ALC). The equipment is listed in the Equipment List. Preventive Maintenance (PM): The objective of PM is to protect the equipment capability and investment by removing causes of failure, performing routine maintenance and providing adjustment to compensate for normal wear before failure occurs. The Contractor shall perform all PM's IAW the OEM specifications. The Contractor shall perform two (2) PM's per year on each item listed in the Equipment List. The Contractor shall submit a proposed PM schedule to GPOC Government Point of Contact (GPOC) for review and approval within ten (10) business days after contract award. The Government will provide a copy of the current PM schedule to assist the contractor in developing the schedule. The Contractor shall notify the GPOC seven (7) business days prior to each scheduled PM visit. Remedial Maintenance (RM): RM is defined as unscheduled work requirements which are not otherwise defined in this PWS. RM includes the evaluation, troubleshooting and diagnosis of equipment to isolate the source of a malfunction. 24 Hour Emergency Response: The Contractor shall be available On-call at all times, i.e. 24 hours a day, seven days a week, 365 days a year including weekends and holidays. All Routine Trouble Calls shall be completed within seven (7) working days of receipt except for situations that adversely affect the work environment, which shall be completed within four (4) hours. If delays are encountered, the GPOC shall approve any completion time extension request via email. Extension requests may be necessary due to material issues. Routine trouble calls shall normally be accomplished during regular working hours, 0600 - 1700, Monday through Friday. For Urgent Trouble Calls, the Contractor shall be on the job site and working within one (1) hour after receipt of the call during duty hours and during non-duty hours shall be on the job site and working within 2 hours. The Contractor shall work continuously to correct the problem so Government activities may continue/resume.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f23cb3cf88e460392075aae1cd1e700/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN05829415-F 20201018/201016230134 (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.