Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2003 FBO #0661
SOLICITATION NOTICE

J -- NON-PERSONAL SERVICES FOR MISCELLANEOUS CRANE/HOIST FOR LOAD TEST AND SAFETY INSPECTION AND REPAIR.

Notice Date
9/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
DABK05-03-R-0039
 
Response Due
9/22/2003
 
Archive Date
11/21/2003
 
Point of Contact
Mardel Jones, (915) 568-3704
 
E-Mail Address
Email your questions to ACA, Fort Bliss
(jonesm@bliss.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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 acquisition will be accomplished in accordance with the procedu res in FAR Parts 12-Acquisition of Commercial Items and 13-Simplified Acquisition Procedures and is subject to the Service Contract Act of 1965, as amended. This announcement constitutes the only solicitation; proposals are being requested and a written so licitation will not be issued. No drawings or schematics are available from this agency. Provisions and clauses in effect through FAC 2001-16 are incorporated and made a part of this RFP. The solicitation number Is DABK05-03-R-0039, and is issued as a Request for Proposal (RFP). Offers will only be considered from offerors located in El Paso County, TX or Donna Anna County, NM due to the requirement for emergency trouble calls with 1 hour response time after notification from government. The period of performance is 12 months, with two option years. The Government reserves the unilateral right to exercise any option periods. The Request for Proposal may result in a firm fixed price requirements contract. The Standard Industrial Classification Code is 3536 and the North American Industry Classification System is 333923 500 employees. Description of service: The Contractor shall provide all services, materials, supplies, plant, labor, equipment and supervision, except as specified as Government furnish ed, for repair, load testing, and safety inspection of permanently installed cranes and hoists as specified, in strict accordance with all terms, conditions, general and special provisions, specifications contained herein or incorporated by reference. Wor k on the equipment shall consist of responding to service calls, repairs, load testing, and safety inspection, and providing all applicable documentation. All Contractor personnel shall be employees of the Contractor at all times and not employees of the U S Government. Upon request, a Performance Work Statement (PWS) and DOL Wage Determination No. 1994-2511 REV 22 dated 05/30/2003. Base Period: CLIN 0001 NON-PERSONAL Service for miscellaneous Crane/Hoist for load test and safety inspection as per Perfor mance Work Statement (PWS). Performance period is 30 September 03 thru 29 September 04. CLIN 0001AA 5 TON. CLIN 0001AB 6-10 TON. CLIN 0001AC 11-15 TON. CLIN 0001AD 16-30 TON. CLIN 0001 AE 31- 50 TON. CLIN 0002 NORMAL SERVICE CALL. CLIN 0003 EMERGE NCY SERVICE CALL. CLIN 0004 LABOR COST FOR REPAIR OF CRANE/HOIST REPARI, LOAD TEST, OR SAFETY INSPECTIONS AS PER PWS. CLIN 0005 OVERTIME LABOR COST FOR CRANE/HOIST REPAIR, LOAD TESTS OR SAFETY INSPECTIONS AS PER PWS. Option Period I, II: CLIN Descript ion is the same as CLIN 0001. Performance period is for one year each for option periods. Exercising of option period will be subject to availability of funds. The quantities stated for all CLINS for the Base Period and Option Period??????s are estimat es only and actual quantities awarded may differ. Total Price for evaluation purposes is determined by adding the total price of all CLINS. Offeror's proposals shall be valid for a minimum of 35 days to be acknowledged in the offeror's proposal. Contrac tor will be paid via Government Purchase Card (GPC) unless repair cost is over credit card limit then delivery orders will be issued for payment. The following FAR clauses and provisions apply to this RFP. FAR provision 52.212-1 Instructions to Offerors -Commercial Items (OCT 2000); 52.212-3, Offeror Representations and Certification-Commercial Items ( must be completed and submitted with the proposal); FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002) are incorporated by refe rence. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items (DEC 2001) applies to this RFP an d the following clauses cited in the clause apply: 52.222-3, Convict Labor (E.O. 11755); 52.233-3, Protest After Award (31 U.S.C. 3553); 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637 (d) (2) and (3)), 52.219-9 Small Business Subcontrac ting Plan (15 U.S.C. 637(d)(4)); 52-219-14, Limitation on Sub-contracting (15 U.S.C. 637 (a) (14)); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Vet erans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36. Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and oth er Eligible Veterans (38 U.S.C. 4212); 52.222-19, Child labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 1 3067, 13121, and 13129); 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration, and 52.222-41, Service Contract Act of 1965, as Amended (41U.S.C. 351, et seq.); 52.222-43 Fair Labor Standards Act and Service Contract Act-Price A djustment (Multiple Year and Option Contracts) (MAY 1989); 52.223-6 Drug Free Workplace (MAY 2001); 52.217-05 Evaluation of Options (Jul 1990); Vehicle Registration. The following clauses with fill-ins where applicale apply and are available in full text upon request: 52.209-5, Limitations (Oct 1995); 52.216-21 Requirements (Oct 1995); 52.217-08 Option to Extend Services (Nov 1999); 52.217-09 Option to Extend the Term of the Contract (Mar 2000); 52.228-5, Insurance-Work on a Government Installation (JAN 1997); Warranty of Services (MAY 2001); 52.244-2 SubContracts (AUG 1998); 52.237-1 Site Visit (APR 1984). The following DFAR Clauses apply: 252.201-7000, Contracting Officers' Representative (DEC 1991); 252.203-7001 Prohibition on Persons Convicted of Fra ud or other Defense Related Felonies (MAR 1999); 252.203-7002 Display of DOD HotLine Poster (MAR 1999); Offerors must submit the following to be considered for award: 1) a completed copy of FAR Clause 52.212-3; 2) Offerors must submit a unit price and tota l amount based on the unit of issue and a total quantity of each for all CLINS including the base period and option years; 3) Offerors must be able to meet the required delivery schedule, and have a satisfactory record of past performance. All prospective offerors interested in submitting proposals must have a Commercial and Government Entity (CAGE) code and a current registration in the Central Contractor Registration (CCR) at www.ccr2000.com. This notice does not obligate the Government to award a contract; it does not restrict the Government??????s ultimate approach, nor does it obligate the Government to pay for any proposal preparation costs. Copies of provisions and clauses are available on the Internet at http://farsite.hill.af.mil. The Government will award a contract resulting from this solicitation to the responsible offerer whose offer conforms to the solicitation and will be most advantageous to the Government. Completed offers may b e mailed or hand carried to the Directorate of Contracting, ATZC-DOC, Attn: Mardel Jones, 2021 Club Rd, Ft Bliss, TX 79916-6812, or may be Faxed to (915) 568-0836, or emailed to jonesm@bliss.army.mil. Offer must be received no later than 1:00 P.M. local time on 22 Sept 03. All responsible sources may submit an offer, which shall be considered by the agency. If there are any questions call Mardel Jones, Contract Specialist at 915-568-3704, FAX 915-568-0836.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN00436623-W 20030919/030917213401 (fbodaily.com)
 
Source
FedBizOpps.gov 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.