Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
SOLICITATION NOTICE

Z -- OVERHEAD DOOR PREVENTATIVE AND REMEDIAL MAINTENANCE - Statement of Work - Overhead Door List

Notice Date
1/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-10-Q-0010
 
Archive Date
2/3/2010
 
Point of Contact
deborah foster, Phone: 5405422687
 
E-Mail Address
deborah.foster@dhs.gov
(deborah.foster@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Overhead Door List Overhead Door Maintenance Statement of Work This is a combined synopsis/solicitation for commercial services prepared 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; offers are being requested and a written solicitation will not be issued. Request for Quote (RFQ) #HSFEMW-10-Q-0010, is for the purchase of Overhead Door Preventative and Remedial Maintenance services for the Federal Emergency Management Agency (FEMA) located at Mt. Weather, VA 20135-2006. The maintenance encompasses the overhead garage doors identified in the Overhead Door List attached to this notice. The Mt. Weather Emergency Operations Center is a controlled-access installation. Contractor e mployees proposed to perform maintenance/require access must receive a favorable police records check. The period of performance will be twelve months from date of award with four option year periods. Awarded vendor will be paid on a monthly basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-38 (Amendment), effective 01/11/2010. This procurement is not being issued as a small business set-aside. The NAICS code is 811310. It is anticipated that only one time-and-material award will result from this solicitation via the issuance of a purchase order for commercial services. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government desires overhead door preventative and remedial maintenance services in accordance with the attached Statement of Work. Remedial maintenance services require a twenty-four-hour on-site emergency response time. BASIS OF AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable basis. The following criteria must be met in order to be technically acceptable: 1) offeror shall demonstrate that they are capable of providing maintenance on doors 40 feet wide by 14 feet tall; and 2) must demonstrate the ability to obtain all of the original equipment manufacturer's required parts. Price Proposal : COST: Offeror shall propose firm-fixed pricing to provide preventative maintenance services as outlined in this solicitation (pricing should be broken down monthly by base and option year). Offerors shall provide the following price information as a part of their response: labor categories [of employees performing the work], and hourly rates. [For remedial maintenance, t he Contractor will be paid for the actual number of hours worked and parts supplied.]. It is anticipated that the resulting award will be in accordance with the Service Contract Act ( http://www.wdol.gov/sca.aspx#0 ). Price proposals will be evaluated for price realism and reasonableness. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response [paragraph (1) if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov ; if the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of this provision]. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (NOTE: All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far.) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses apply: 52.203-6, 52.217-5, 52.217-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-1, 52.225-13, and 52.232-33. Written responses to this RFQ must be received no later than 9:00 AM/EST, 01/19/2010 and shall be addressed to Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Debi Foster/Bldg. 772 or sent electronically to deborah.foster@dhs.gov (electronic is preferred). Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-10-Q-0010/listing.html)
 
Place of Performance
Address: 19844 Blue Ridge Mountain Road, Mt. Weather, Virginia, 20135-2006, United States
Zip Code: 20135-2006
 
Record
SN02041837-W 20100115/100113235432-0e55fee8f34623a19fbae207c6e30832 (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.