Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOLICITATION NOTICE

J -- Maintenance/Repair Fitness Center Equipment

Notice Date
3/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, PO Box 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RQ52-09NA29266
 
Response Due
4/16/2009
 
Archive Date
10/16/2009
 
Point of Contact
Sandra Maes, Contracting Officer, 505-845-5498,smaes@doeal.gov;Sandra Maes, Contract Specialist, 505-845-5498,<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial itemsprepared in accordance with the format in FAR 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. Responses shall reference RFQ No. DE-RQ52-09NA29266. The contract type being considered for this award is a Time and Materials Purchase Order. The term of the contract is anticipated to be a one (1) year base period with two (2), one-year options to be exercised solely at the Governments discretion. This acquisition is a 100 percent small business set-aside. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, or 8(a) business. The North American Industry Classification System (NAICS) Code is 811490 with a corresponding qualifying size standard of $7M (indicates maximum allowed for a concern, including its affiliates, to be considered a small business). The DOE/NNSA Service Center intends to issue a purchase order for maintenance and repair of gym equipment located at the DOE/NNSA Agent Fitness Center, 1190 Bear Creek Road, Kingston, TN 37763 in accordance with the attached documentation with an effective date of May 1, 2009. No special access authorizations are required for this location. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those Offerors who can furnish the items that meet all the requirements specified herein will be considered. Award will be made based on a best value determination to include price and evaluation of similar experience and past performance information provided by the Contractor and other sources available to the Government. All Offerors will need to include a fully executed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 52.216-31, Time-and-Materials/Labor-Hour Proposal RequirementsCommercial Item Acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act; FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at http://www.arnet.gov/far/. The following local clause applies to this acquisition: H-150 LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2001) (JUL 2001) The contractor or awardee agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offerors responsibility to monitor the IIPS site for the release of amendments (if any). For further assistance and instruction for the use of IIPS, the on-line help document is available at http://www.doeal.gov/cpd/readroom.htm. SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 4:00 pm MT on the date specified on the IIPS system. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document. It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." All questions or inquiries regarding this solicitation are to be directed to the Contracting Office through IIPS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=59cb7c5806774a2e369379dee3aa9f60&tab=core&_cview=1)
 
Record
SN01778134-W 20090328/090326215242-59cb7c5806774a2e369379dee3aa9f60 (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.