Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

J -- Emergency and Preventative Maint for Range Communication

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-06-T-0081
 
Response Due
9/19/2006
 
Archive Date
11/18/2006
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation W911S2-06-T-0081 is issued as a Request for Quote. The Standard Industrial Code is 7622, the North American Industry Classification System is 811213, and the business size sta ndard is $6.5 million. This procurement is set-aside for small business. The Request for Quote will be evaluated on price, quality, and responsible offer/quote. CLIN 0001 Provide all labor, material and equipment to provide preventative and emergency maintenance support for fully operational Range Control, Fort Drum, NY. Period of performance is 10/1/2006 through 9/30/2007. Contractor must be an authorized Moto rola service provider. Emergency maintenance support required 24 hours a day, 7 days a week, response time must be less than 2 hours. Service reports (within 24 hours) to include detailed listing of equipment cleaned, repaired, replaced or modified. Qu arterly preventative maintenance included. Equipment locations: Station 1 (building P-4855 room 137), Station 2 (P-4855 room 137), Equipment (P-4855 room 136), Retransmission Station 24 (10 miles from P-4855), Retransmission Station 44 (15 miles from P-48 55). CLIN 0002 Contractor must report manhours in accordance with htpps://contractormanpower.army.pentagon.mil. Reporting must be done prior to monthly invoicing. Reporting verification is required. This RFQ document incorporates Federal Acquisition Regulation (FAR) provisions and clauses current through Federal Acquisition Circular number 2005-10, effective 28 Jul 2006. Interested parties can view and download all of the referenced provisions and cl auses at the following Internet address: http://farsite.hill.af.mil/. The following FAR provisions and/or clauses apply to this RFQ: 52.252-1 Solicitation Provisions Incorporated By Reference, Clauses Incorporated By Reference, 52.204-7 - Central Contract or Registration (CCR), (interested parties are required to be registered in the CCR database which is located at the following internet address: http://www.bpn.gov.), 52.204-8 - Annual Representations and Certifications, (interested parties are required to input their Representations and Certifications into the online representations and certifications application (ORCA) database which is located at the following internet address: http://www.bpn.gov.), 52.212-1 - Instructions to Offerors - Commercial, 52.21 2-2 - Evaluation-Commercial Items, (the following factors shall be used to evaluate offers: 1. Past Performance, (Ability of Contractor to Perform), 2. Price), 52.212-4 - Contract Terms and conditions - Commercial Items, 52.212-5 - Contract Terms and Cond itions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses, cited within clause 52.212-5, are applicable to this acquisition: 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-3 6, 52.222-37, 52.222-41, 52.222-42, 52.225-13, and 52.232.33. The fill in data for FAR Clause 52.222-42 - Statement of Equivalent Rates for Federal Hires, is as follows: This statement is for information only and is not a wage determination. Federal Equi valent Rate is WG 10 corresponding monetary wage/fringe benefits is $19.48 per hour. 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the e xtent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) Point of Contact for Site Vi sit: Contract Specialist or Contracting Officer This RFQ document also incorporates the Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses current to DCN 20060711 edition. Interested parties can view and download all of the referenced provisions and clauses at the followin g Internet address: http://farsite.hill.af.mil/. The following DFARS provisions and/or clauses apply to this RFQ: 252.204-7004 Alternate A., 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following DFARS clauses, cited within 252.212-7001, are applicable to this acquisition: 252.225-7001, and 252.232-7003. DEPARTMENT OF LABOR WAGE DECISION. The Service Contract Act of 1965 will apply to this service, the U.S. Department of Labor Wage Determination number 1994-2377, Revision No. 23, dated 05/23/2006, for New York State, Jefferson County, will apply to this s ervice. Past Performance Information. In accordance with paragraph (b)(10) of the basic clause (52.212-1 Instructions to Offerors--Commercial Items) provide past performance information to include; recent and relevant contracts within the past three years for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Note: Completion of the CCR and ORCA data entry are mandatory requirements for award, failure of interested parties to complete these requirements will be deemed to be non-responsive and thereby make the offeror ineligible for award. Offerors are also req uired to fill out and return FAR Provision 52.204-8 with the offer. All offers are due to Directorate of Contracting, BLDG T-45 West Street, Fort Drum, New York 13602 No Later Than September 19, 2006 at Noon. The quote must include the RFQ number on each page of the quote. Quotes may be submitted via fax at 315-772-8277. 52.232-18 -- Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Governments 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 Gover nment 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. (End of Clause) Additional information located at http://www.drum.army.mil/sites/directorates/contracting.asp
 
Place of Performance
Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
Country: US
 
Record
SN01141032-W 20060914/060912221120 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.