Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

Z -- MOBILE BSL2 MAINTENANCE

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S609T0056
 
Response Due
9/21/2009
 
Archive Date
11/20/2009
 
Point of Contact
riyadh.saud, 435-831-3429
 
E-Mail Address
ACA, Dugway Proving Ground
(riyadh.saud@conus.army.mil)
 
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 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. THIS PROCUREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of: The Contractor shall be required to provide quarterly preventative maintenance and emergency repairs required for a mobile laboratory that the U.S. Air Force (USAF) gave to Dugway Proving Ground (DPG). This procurement will be for one base term (30 SEP 2009, to 31 MAR 2010), first term option (01 APR 2010-31 MAR 2011), second term option (01 APR 2011-31 MAR 2012), third term option (01 APR 2012-31 MAR 2013), and fourth term option (01 APR 2013-31 MAR 2014). The USAF previously had a contract in place with AJT & Associates for the required maintenance. The primary place of performance will be DPG; however, the trailer may be used on safari missions for extended periods and may be required to have maintenance performed at various sites. Maintenance shall be performed to all of the manufacturers recommendations. Equipment to be maintained includes bio-safety cabinets, ozone generation systems, water and waste water pumps, variable frequency drives, programmable logic controllers, heating and air conditioners, fans, reverse osmosis water filtration systems, ozone decontamination system, automatic transfer switches, plumbing fixtures, lighting systems, power conditioners, power monitors, doors, cabinets and uninterruptable power supplies. The trailer shall be kept in a consistently operable state and ready to deploy within a one-week period. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-09-T-0056. All firms responding must be registered with the Central Contractor Registration (CCR).The Federal Supply Class (FSC) is: (Z182). The Standard Industrial Classification (SIC) is (8711). North American Industrial Classification Standard (NAICS) is (541330). Size standard is $4500000. All replies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items (FEB 2009) ALTERNATE I (APR 2002), applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, FAR 52.222-28; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26, FAR 52.222-36, FAR 52.222-50, FAR 52.212-54 FAR 52.225-13, and FAR 52.232-33. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 52.203-7000, DFARS 252.225-7036-ALT I, DFARS 252.227-7015, 252.227-7037, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023-ALT III. The following FAR/DFARS clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984); DFARS 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991); DFARS 252.204-7004 CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (SEP 2007); DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008); 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006); The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Security badges and /or protective masks; Contractor Access to DPG; Department of the Army personnel reporting system; Legend of acronyms and brevity codes; OSHA Standards; Insurance requirements; Identification of contractor employees; Government contractor relationships. All quotes must be emailed to Mr. Riyadh, Saud at riyadh.saud@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns, you may email Mr. Riyadh Saud at riyadh.saud@us.army.mil. All Quotes must contain (W911S6-09-T-0056 and PR number W909NB90904010 as a reference). Quotes are due no later than 05:30 PM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Monday, SEP 21, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ19/W911S609T0056/listing.html)
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN01928070-W 20090828/090827001701-47f414989ddb6c60eb388d1a111dc7ee (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.