Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2006 FBO #1861
MODIFICATION

Z -- Preventive Maintenace of Facilities and Equipment Worldwide

Notice Date
12/29/2006
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
S-ALMEC-06-R-0118
 
Response Due
1/9/2007
 
Archive Date
1/24/2007
 
Point of Contact
Kevin McGhee, Contract Specialist, Phone 7038754566, Fax 7038756292, - Raymond Bouford, Contracting Officer, Phone 7038756020, Fax 7038756292,
 
E-Mail Address
mcgheekt@state.gov, boufordrw@state.gov
 
Small Business Set-Aside
8a Competitive
 
Description
MODIFICATION 12: The purpose of this is to amend the following: 1) C.5.5.8. Fire Sprinkler Preventive Maintenance Acceptable Quality Levels (AQL) chart. The following change is in the AQL column for, Provide 24-hour notification of pressing issues (health/safety), 96% changes to 1. The following change is in the AQL column for, Provide operational training to post personnel, 100% changes to 0. The following change is in the AQL column for, Provide needed repairs/service to restore equipment/system Operation During site visit, 100% changes to 0. The following change is in the AQL column for, Provide scope of work (SOW), BOM and time estimate for follow-on repairs within five (5) days completion of site visit, 100% changes to 0. The following change is in the AQL column for, Execute approved task (s) per the Delivery Order SOW, 96% changes to 1. The following line, Provide Completion report, 100% (AQL), 15% (Credit) is deleted from the chart. SEE C.4.1.10 ACCEPTABLE QUALITY LEVELS (AQL) EXPLANATION for AQL explanations. 2) The following is added to C.4.1.7. The Government shall reimburse the contractor the barcode scanning equipment. This equipment shall remain the property of the U.S. Department of State. The contractor shall discuss their barcode scanning plans with the Department of State C.O.R. and reveal the make, model and price of all equipment to be procured before any purchase is made. THE DEPARTMENT OF STATE CONTRACTING OFFICER SHALL APPROVE ALL EQUIPMENT PURCHASES FOR THE BARCODE SCANNING EQUIPMENT. 3) CLINS 0002 through 0008, CLIN 0016 and CLIN 0025 (for the base and option years where appropriate) have fixed priced tasks requiring the professionals listed in Exhibit 15. If these professionals are required to participate in tasks other than listed in CLINS 0002 through 0008, CLIN 0016 and CLIN 0025, for instance CLIN 0018, Reimbursable Training Required By the Government Not Otherwise Specified in the Contract, the rates listed in Exhibit 15 will apply. Remember, Exhibit 15 is a summary of rates proposed in Section B pages 1 through 11. The rates in Exhibit 15 shall be the same rates used in Section B, pages 1 through 11. The U.S. Department of State?s Office of Overseas Buildings Operations (OBO) intends to award a Fixed Price, Performance Based, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the maintenance and repair of Government owned/leased equipment/facilities at U.S. Department of State (DOS) diplomatic missions overseas. This requirement is 100% set aside for small disadvantaged business in the SBA 8(a) program. Due to time constaints, the offeror shall have a Top Secret Facility Security Clearance or Interim Top Secret Security Clearance at time of proposal submission. The offeror shall provide all labor, equipment, parts/supplies and management necessary to perform facility maintenance and repair. These services include facility preventive maintenance, elevator inspection and preventive maintenance, generator repair, condition monitoring, infrared thermography Inspection, emergency facilities assistance and fire protection maintenance at diplomatic missions throughout the world. The proposed performance period shall be one (1) base year and four (4) one year option periods (which shall be exercised at the sole discretion of the Government). The North American Industry Classification System (NAICS) code for this procurement is 561210, Facilities Maintenance, and the small business size standard is $32.5M. The Government intends to solicit this requirement as a competitive 8(a) set-aside using acquisition procedures outlined in FAR Part 15. One award is anticipated. The Government shall make an award to the responsible offeror whose offer conforms to the requirements of the solicitation and is evaluated as being the Best Value to the Government, cost or price and other factors considered. The Government intends to issue a solicitation on or about October 24, 2006. All prospective offerors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. OFFERORS SHALL CHECK FEDBIZOPPS.GOV DAILY TO KEEP ABREAST OF ALL UPDATES (amendments) CONCERNING THIS REQUIREMENT!
 
Place of Performance
Address: Locations Worldwide
Zip Code: 22209
Country: UNITED STATES
 
Record
SN01203935-W 20061231/061229220307 (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.