Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOLICITATION NOTICE

J -- Fitness Equipment Maintenance

Notice Date
8/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd Suite C, Pope AFB, NC, 28308-2896
 
ZIP Code
28308-2896
 
Solicitation Number
F3M3SV5174A100
 
Response Due
8/9/2005
 
Archive Date
8/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The purchase request number is F3M3SV5175A1 and the solicitation is issued as a request for quotation (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-03. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 811310, and the small business size standard is $6,000,000.00. (v) This requirement consists of Two Line Items: Line Item (0001) Provide preventive maintenance, cleaning, and repair on all equipment. Line Item (0002) Provide reimbursable replacement parts for all equipment. THE STATEMENT OF WORK IS AS FOLLOWS 1.01 scope: All work covered by the Statement of Work Consists of furnishing all labor, equipment, materials, supervision, and transportation necessary to inspect, clean, maintain, and repair all the equipment listed. 1.02. Performance: All equipment shall be inspected, cleaned, maintained, and repaired on a weekly basis. Contractor must notify the Facility manager or the designee immediately before repairing any piece of equipment. 1.03. Location of Work: All work performed under this project is located in Cumberland County, adjacent to Fort Bragg. The base is accessible by rail and public highway. 1.04: Method of Work: A) Request contractor to submit preventative maintenance scheduled for each machine on a weekly basis. Schedule can be submitted monthly or yearly. Before performing any type of inspection repair of ht e contractor shall report to the Facility Manager or designee. B) Contractor will perform services on the following days of the week at the appointed times to include, but not limited to: Thursday, and Friday, 0800-1700 hrs. C) The contractor shall thoroughly inspect all pieces of equipment. This service shall include identifying loose or worn parts, frayed cables, torn materials, rusted nuts and bolts, inoperative electronics and hydraulics, and replacing or repairing. D) The Contractor shall thoroughly clean and lubricate all pieces of equipment, as specified by manufacturer. This service shall include cleaning and lubricating chains, pulleys, belts, springs, mats, rods, etc. E) The contractor shall repair or replace all broken or worn parts with those conforming to the existing ones. 1.05. Government will furnish an area for storage of parts, tools and equipment. 1.06. Cleanup: All residue and contamination shall be disposed of by the contractor, off the base, at no additional expense to the government. After each piece of equipment has been thoroughly inspected, cleaned, lubricated and/or repaired, the contractor shall clean up the entire job site so that it can be completely and properly utilized without further cleaning effort by the Government and Final inspection. 1.07. A list of equipment to be inspected, cleaned, maintained and repaired can be obtained from assigned Contracting Specialist. The contract type will be a FFP (Firm Fixed Price). This requirement is for Fitness Equipment Maintenance Service for the 43rd Services Squadron, Pope AFB, NC The expected period of performance of any resulting contract will be 1 October 2005 to 30 September 2006. Note: Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the contracting officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting officer. The Government will award a contract resulting from this RFQ to the responsible contractor whose offer conforms to this RFQ, who has the technical ability to meet all the requirements, and ill be most advantageous to the government. Past performance and price will be considered evenly. The contractor shall provide references or documents to verify that their workers meet all requirements of the solicitation. Any resulting contract will be paid on a monthly basis using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/ The Department of Labor Wage Determination Number 94-2393, revision number 29 applies to this acquisition. (viii) The provision at 52.212-1, Instructions to Offerors ? Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation ? Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: Best Value. The contractor certifies that it can meet the delivery date by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application ? ORCA ? at http://orca.bpn.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (5), (14), (15), (18-20), (22-24) and (31) c (1) and c (2). (xiii) The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. The clause at 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. The clause at 252.204-7003, Control of Government Personnel Work Product, applies to this acquisition. The clause at 252.204-7004 (Alt A), applies to this acquisition. The clause at 252.243-7001, Pricing of Contract Modifications, applies to this acquisition. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.247-7023 (Alternative III), and DFARS 252.225-7036 Alternate I; The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Commerce Business Daily numbered note 1 applies to this acquisition. (xvi) The solicitation due date is 9 Aug 2005, 4:30 PM EST. (xvii) The assigned contract specialist is AB Phillip A. Carpenter and can be reached at 910-394-6258 or email phillip.carpenter@pope.af.mil. You may fax your quotes to 910-394-6279. Direct any questions to AB Phillip A. Carpenter at the number above or contact Mrs. Gail Williams at 910-394-6512
 
Place of Performance
Address: Pope AFB, NC
Zip Code: 28308
Country: USA
 
Record
SN00861411-W 20050805/050803212230 (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.