SOLICITATION NOTICE
Z -- Preventative Maintenance and Service for Automatic Doors and Operators in the Washington, D.C. Area - Statement of Work - Site Visit Memorandum - Applicable Contract Clauses - Past Performance Questionnaire
- Notice Date
- 9/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW, Room 6521, Washington, District of Columbia, 20230
- ZIP Code
- 20230
- Solicitation Number
- SA1301-10-RQ-0010
- Archive Date
- 10/8/2010
- Point of Contact
- Joy V. Garnett, Phone: 202-482-6436, Kathleen M. McGrath, Phone: 202-482-3552
- E-Mail Address
-
jgarnett@doc.gov, kmcgrath@doc.gov
(jgarnett@doc.gov, kmcgrath@doc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Relevant Past Performance Questionnaire Contract Clauses Site Visit Memorandum Statement of Work This is a combined synopsis/solicitation for a firm-fixed price contract prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 13.105 and with the format in Subpart 5.207, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. The Solicitation number is: SA1301-10-RQ-0010 and is issued as a Request for Quotation (RFQ). This solicitation document incorporates all mandatory firm-fixed price provisions and clauses for services that are in effect through Federal Acquisition Circular (FAC) 2005-44 dated July 8, 2010. The North American Industrial Classification System (NAICS) code is 238290, and the small business size standard is $14 million. This procurement is a small business set-aside, thus allowing only small businesses to submit quotations. The FAR Clauses attached to this combined solicitation/synopsis are hereby incorporated into this procurement. In addition, all offerors must include a completed copy of the FAR provision 52.204-8, Annual Representations and Certifications and FAR 52.212-3, Offeror Representations and Certifications - Commerical Items with its offer. All offerors shall submit a quotation in accordance with the attached Statement of Work. The Department of Commerce (DOC), Office of Administrative Services (OAS), provides a variety of administrative services in support of DOC programs. Organized under the Chief Financial Officer/Assistant Secretary of Administration, OAS is in need of preventative maintenance and service on forty-two (42) automatic doors and operators manufactured by Horton Automatic, Keene Monroe Corporation, and Atlantic Door Controls. The place of performance will be at DOC's Headquarter's, which is located at 1401 Constitution Avenue, N.W., Washington, D.C. 20230. DOC intends to award a firm-fixed price contract for the procurement of preventative maintenance and service for forty-two (42) automatic doors and operators to the offeror that provides the overall best value to the Government in accordance with the attached Statement of Work. The period of performance shall be for five years (one base year plus four (4) one year option periods) from the date of award. It is anticipated that award will be made on or about September 30, 2010. Offerors are invited to submit their quotations to the Department of Commerce's Acquisition Solutions Division (CAS) in response to this notice by 6:00 PM Eastern Standard Time (EST), September 23, 2010. Quotations submitted in response to this notice shall include the solicitation number in the subject line and be signed, dated and submitted via email to jgarnett@doc.gov. A mandatory site visit will be held on Monday, September 13, 2010 at 10:00 a.m., EST at 1401 Constitution Avenue, N.W., Washington, D.C. 20230. Failure to attend the mandatory site visit will result in an Offeror's disqualification from the evaluation process. Offerors will provide a technical proposal of no more than five (5) pages, exclusive of resumes, on their company's letterhead. At a minimum, the technical proposal must address the requirements in the attached Statement of Work and include the following: (1) Company's Name; (2) Address; (3) Telephone Number; (4) a technical description of the items being offered, their proposed price, and any discount terms. In addition, the Offeror must provide a pricing structure in accordance with the total period of performance. Only e-mailed requests for additional information will be accepted at jgarnett@doc.gov through 4:00 PM, EST, September 15, 2010. Communications with other officials may compromise the competitiveness of this acquisition and result in the cancellation of the requirement. Vendors not registered in the Central Contractor Registration (CCR) database at the time the requirement is to be awarded will not be considered. Vendors may register with CCR by calling 1-888-227-2423 or (269) 961-5757, or by accessing www.ccr.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/OS/OAM-OSBS/SA1301-10-RQ-0010/listing.html)
- Place of Performance
- Address: 1401 Constitution Avenue, N.W., Washington, District of Columbia, 20230, United States
- Zip Code: 20230
- Zip Code: 20230
- Record
- SN02272415-W 20100910/100908235148-cf535ad448cd8cf5f2dde3de5b28cf17 (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 |