Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2009 FBO #2869
SOLICITATION NOTICE

J -- Inspection, servicing, preventive maintenance and repair of cardio and strength fitness equipment. - Performance Work Statement

Notice Date
9/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-09-Q-A338
 
Archive Date
11/3/2009
 
Point of Contact
Dale R Yarbrough, Phone: 803-895-5352, Martin Chalmas, Phone: 803-895-5351
 
E-Mail Address
dale.yarbrough@shaw.af.mil, martin.chalmas@shaw.af.mil
(dale.yarbrough@shaw.af.mil, martin.chalmas@shaw.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) - Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-32 (effective 31 Mar 09). The solicitation number for this procurement is FA4803-09-Q-A338 and is issued as a Request for Quotation (RFQ). For informational purposes the North American Industry Classification System Code is 811490 - Other Personal and Household Goods Repair and Maintenance. This acquisition is 100% Service-Disabled Veteran Owned Small Business set-aside. This is firm fixed price procurement, and award selection will be made based on price only. Description of Requirement: The contractor shall provide personnel, to perform routine inspections, preventative maintenance, and repairs of cardio and strength equipment as defined in the Performance Work Statement (PWS) dated 29 July 2009. Contractor will be experienced in performing electrical, electronic, and mechanical maintenance on many different brands of cardio and strength fitness equipment listed in Appendix 2 of the PWS. Service will be performed at Shaw AFB Fitness Center, 428 Shaw Drive, Building 806, Shaw AFB, South Carolina, 29152. The period of performance on this service contract is a base year period beginning on or about 01 November 2009 to 31 October 2010 with 4 option years. The following contract line items is applicable to this solicitation IAW the Performance Work Statement (PWS): CLIN 0001 - Fitness Equipment Maintenance Services, Quantity 12 Months Offerors shall include a price for all CLIN(s). In accordance with FAR Clause 52.232-18, entitled "Availability of Funds," funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No liability on the part of the Government 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. Solicitation Provisions: The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. The RFQ number FA4803-09-Q-A338 should be submitted and shall contain the following information: (a) RFQ number, (b) time specified for receipt of offers, (3) offeror's contact information (name, address, telephone number), (4) any discount terms, and (5) acknowledgement of all solicitation amendments (if applicable). Offerors may elect to submit non-price proposal that supplements their respective price proposal. Non-price factors prospective offerors may address and include any information that the offeror believes will positively distinguish their firm as a superior performer (relative to any particular competing Quotation) such as quality, past performance, and experience. Non-prices submissions are limited to five (5) pages, and may address possible evaluation factors listed below in 52.212-2 - Evaluation Commercial Items. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). Evaluation / Award: Provision at 52.212-2 - Evaluation, Commercial Items applies to this acquisition. (a) Award (offer) will be made in accordance with simplified acquisition procedures established in FAR 13.106-2, to the responsive entity whose evaluated offer or quote represents the best price. (b) The government intends to make award (offer) to the responsive firm without discussions; prospective offerors are advised to submit their firm's best offer prior to proposal (quote) closing date; however, this does not preclude the government from conducting discussions if it is in the best interest of the government to do so. Clauses: FAR, DFARS, and AFFARS clauses are hereby incorporated: Go to the attached hyperlink, (http://farsite.hill.af.mil), to download the FAR Clause 52.212-3. If your company is in ORCA, you do not have to complete the forms as necessary and submit them along with your pricing information. The following clauses are hereby incorporated by reference: FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items paragraphs (b) (5) (15) (16) (17) (18) (19) (20) (21) (24) and (36); FAR 52.217-8, Option To Extend Services; (The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to expiration of contract); FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); FAR 52.232-33 Payment By Electronic Funds Transfer - Central Contractor Registration (Oct 2003); FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); DFARS 252.212-7001 Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program (Mar 2007) (Alternate I) (Oct 2006) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note); 5352.201-9101 Ombudsman follows: Ms. Lorraine Cotton, 129 Andrews Street, Langley AFB VA 23665-2769, Phone : (757) 764-5371 FAX (757) 764-4400, email: lori.cotton@langley.af.mil.; FAR 52.219-28 - Post Award Small Business Program Representation, The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS 811490 assigned to contract number __________________ [Contractor to sign and date and insert authorized signer's name and title]. The following Department of Labor Wage Determination will be implemented: South Carolina Wage Determination No.: 2005-2475, revision 9, dated July 22, 2009 (http://www.wdol.gov/wdol/scafiles/std/05-2475.txt) Facsimile and electronic mail quotes will be accepted. Quote shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.dlsc.dla.mil or by calling the CCR Registration Center at 1-888-227-2423. Registration in Wide Area Work Flow (WAWF) is mandatory for submitting invoices. Points of Contact: All offers are due no later than 19 October at 2:00 p.m. EST. Quotations may be submitted via fax to 803-895-5339, mailed, or by email. Mailing Address: 20 CONS/LGCAA, 321 Cullen St. Bldg 216, Shaw AFB, SC 29152. Primary POC: Mr. Dale Yarbrough, phone (803) 895-5352, email: dale.yarbrough@shaw.af.mil. Alternate POC: Mr. Martin Chalmas, phone (803) 895-5351. Email: martin.chalmas@shaw.af.mil. If a site visit is required for quoting purposes, the one and only site visit will be conducted on 7 Oct 09 @ 2:00 p.m. Please contact either Dale Yarbrough at 803-895-5352, email: dale.yarbrough@shaw.af.mil or Martin Chalmas at 803-895-5351, email: martin.chalmas@shaw.af.mil to coordinate site visit. For security purposes, contractors must provide the following information NLT 2:00 p.m. EST 5 Oct 09 on each individual attending any scheduled site visits: Name (full) SSN DOB Driver's License #
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-09-Q-A338/listing.html)
 
Place of Performance
Address: Shaw Air Force Base, Sumter, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN01977185-W 20091002/091001002829-5844f26eb2205b5aa49dfe949e86eb88 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.