Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOLICITATION NOTICE

M -- OPERATION AND MAINTENANCE SERVICES FOR US MARSHALS SERVICE HANGAR AND OFFICE FACILITIES OKLAHOMA CITY, OKLAHOMA

Notice Date
4/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Justice, United States Marshals Service, Justice Prisoner & Alien Transportation System, 5900 Air Cargo Road, Oklahoma City, OK, 73159-1198, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DJMS-07-Q-0017
 
Response Due
4/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation/Synopsis DJMS-07-Q-0017. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are requested & a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). The solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-13. As described in the attached Section II - Performance Work Statement (PWS), the United States Marshals Service (USMS) has a requirement for the maintenance, repair, operations, & modification of buildings, structures, & utility systems at the USMS hangar & office located at the Will Rogers World Airport, Oklahoma City, Oklahoma. The requirement is 100% set-aside for Small Business under NAICS code 238990, Building & Property Specialty Trade Services (Size Standard $13 Million). Offeror?s must possess the following Licensing Requirements: Journeyman electrician shall have a current Oklahoma State Electrician License & shall have performed work at a facility the size & complexity of the USMS facility for one year. Building HVAC operators shall have a current Oklahoma State Second Class Boiler license & 2 years experience. The contractor shall provide all material, equipment & labor to perform maintenance & repairs to architectural/structural components of the facility to include, but not limited to interior walls, over hangs, doors, door locks, hinges, stairs, stairwells, floors, floor coverings, Hysecurity vehicle security gate operators, & bathroom fixtures. The contractor shall be responsible for construction, modification & painting of interior surfaces, including, but not limited to walls & doors as delineated within the Performance Work Statement (PWS). The base period of performance will be from 06/01/2007?05/31/2008 with 2 additional optional 12-month period extensions. The USMS is contemplating award of a firm fixed price purchase order, using simplified acquisition procedures for commercial items. Offerors will submit past performance information & quote within the attached Section I - Price Schedule at the time of proposal submission. Past performance will be evaluated on the following: The completion and independent source submission up to 3 each, separate Past Performance Questionnaire?s (Attachment 1) of similar contracts with commercial entities & federal, state, or local governments within the last 5 years. It is the Offeror?s responsibility to ensure that their respondent?s independent Past Performance Survey is received on time by the closing date to the undersigned Contracting Officer. Prior to proposal submissions, a site visit is tentatively scheduled for April 24, 2007, 10:30 a.m. at the USMS-JPATS Hangar Facility, 5900 Air Cargo Road, Oklahoma City, Oklahoma 73159-1198. Interested sources are requested to advise the point of contact of their planned attendance by 4:00 p.m. on April 23, 2007. As necessary, any changes to the site visit will be transmitted via the FBO. The award will be based on best value to the government, made to the responsible offeror best demonstrating, with past performance information, the ability to satisfy the performance requirements with the lowest responsive quote (ref. Sec. VI for complete evaluation factors). All line items will be awarded on a single contract. The date, time and place qualified offerors are required to submit their quotation to the point of contact by close of business is 4:00 PM CST April 30, 2007 to Mark Melendez, 405-680-3403, USMS, Justice Prisoner & Alien Transportation System (JPATS) 5900 Cargo Road, Oklahoma City OK 73159, Quotes may be mailed, faxed to (405) 231-4531, or e-mailed to mark.melendez@usdoj.gov. Mr. Melendez is also the point of contact for information regarding this solicitation. FAR 52.212-1, Instructions to Offerors--Commercial Items, is applicable. FAR 52.212-2, Evaluation--Commercial Items, will be used to evaluate items as consistent with below stated description of requirements. Contractor will submit a completed copy of the FAR Part 52.212-3, Offeror Representations & Certifications--Commercial Items (Nov 2006). FAR 52.212-4, Contract Terms & Conditions--Commercial Items, & FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes Or Executive Orders--Commercial Items applies. Numbered note 1.
 
Place of Performance
Address: United States Marshals Service, Joint Prisoner & Alien Transportation System, 5900 Air Cargo Road, Oklahoma City, Oklahoma
Zip Code: 73159-1198
Country: UNITED STATES
 
Record
SN01274833-W 20070419/070417220400 (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.