Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOLICITATION NOTICE

J -- Preventative Maintenance and Service on Breathing Air Compressors

Notice Date
9/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, ROICC CHERRY POINT PCS Box 8006 CGMAS Cherry Point Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
N4008510Q3572
 
Response Due
9/22/2010
 
Archive Date
10/7/2010
 
Point of Contact
Kim Lacy 910-451-2581 ext 5226
 
E-Mail Address
Email Kim Lacy
(kimberly.c.lacy@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ROICC Cherry Point intends to award a Firm-Fixed Price contract with four (4) 1-year option years for performance of preventative maintenance and service on breathing air compressors aboard Marine Corps Air Station Cherry Point and Marine Corps Auxiliary Landing Field, Bogue, NC. This is a combined synopsis/solicitation for commercial services. The procurement is prepared and conducted in accordance with the format presented in FAR Subpart 12.6 and 13.5, as well 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. The solicitation number is N40085-10-Q-3572 and is issued as a Request for Quotations (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22. The NAICS code for this requirement is 811310 and is issued as a small business set-aside. The contractor shall provide all material, labor, equipment and supervision to perform the work as detailed in the attached performance-based statement of work. SCA Wage Determination 05-2393 Rev (11) is applicable to this work. The following provisions and clauses are applied to this acquisition and incorporated into this notice: 52.212-1 Instructions to Offerors “ Commercial and any addenda to the provision as included in this notice. 52.212-3 Offer Representations and Certifications “ Commercial Items, Offerors must include a completed copy of the provision with their offer 52.212-4 Contract Terms and Conditions “ Commercial Items and any addenda to the provision as included in this notice. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “ Commercial Items 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.244-6 Subcontracts for Commercial Items 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract Felonies 252.204-7004 Required Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 Electronic Submission of Payment Requests 5252.217-9301 Options to Extend the Term of the Contract Services 5252.232-9301 Invoicing Procedures Electronic 5252.242-9300 Government Representatives To view the provisions and clauses in full text visit the following website at www.arnet.gov/far or can be provided at the offeror ™s request. Evaluation of Offerors: The contractor who provides the most advantageous offer in terms of price, conforming to the solicitation, will be awarded a contract. In order to determine the most advantageous offer to the Government, trade-offs will be made between the Evaluation Factors; however, in accordance with FAR 12.602 “ Streamlined Evaluation of Offers and FAR 13.106-2 Evaluations of Quotations or Offerors, the Contracting Officer is not required to list the relevant importance of the evaluation factors. Proposal Submission: A complete proposal will consist of the following items completed, signed (if applicable) and returned: 1.Proposal Pricing 2.Completed Clause 52.212-3 Offer Representations and Certifications “ Commercial Items, ORCA is preferred (clause attached) 3.Any amendments, signed 4.A brief, one-page description on how the contractor will accomplish the work, including any machinery to be used. If more than one page is provided, only the first page will be evaluated. 5.Offerors shall provide information on three (3) similar contracts performed within the past five (5) years, including current (on-going) contracts. Contracts should be similar in size, scope and complexity as the current requirement. Include a short description, contract number, title, contract value, location and a list of clients and points of contact on individual contracts with accurate telephone numbers. Offeror is responsible for ensuring points of contacts and phone numbers are current and accurate. This information will be used to in making a responsibility determination. 6.A completed Financial Questionnaire (attached) in a sealed envelope from the financial institution. This information will only be used to make a responsibility determination for a potential awardee. Proposals are due by 1100 EST 22 September 2010. Quotations are to be submitted to: OICC CAMP LEJEUNE; ATTN: KIM LACY; 1005 MICHAEL ROAD; CAMP LEJEUNE, NC 28547. Only mailed or hand-delivered proposals will be accepted. Proposals received after the required time will be considered late and handled in accordance with FAR 52.212-1(f). Please direct questions or comments to Kim Lacy at (910) 451-2581, ext 5226, or kimberly.c.lacy@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CP/N4008510Q3572/listing.html)
 
Place of Performance
Address: Marine Corps Air Station, Cherry Point, Havelock, NC
Zip Code: 28532
 
Record
SN02279148-W 20100915/100913235320-073d19a1008906c26cdf566711381b8d (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.