Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2010 FBO #3267
MODIFICATION

J -- Preventative Maintenance and Emergency Generator Services

Notice Date
11/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HC1028-11-T-0105
 
Archive Date
11/24/2010
 
Point of Contact
Steven P. Scharlow, Phone: 6182299543, Tina Book, Phone: 618-229-9221
 
E-Mail Address
steven.scharlow@disa.mil, tina.book@disa.mil
(steven.scharlow@disa.mil, tina.book@disa.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1 11/2/2010: Deadline to sing-up for site visit has been exteded to 4:00PM Eastern, 2 Nov 2010. Please contact Mr. Jim Mills by e-mail at james.mills@csd.disa.mil to sign-up for Site Visit no later than 4:00PM 2 Nov 2010. Request that you "courtesy copy" Mr. Steven Scharlow at steven.scharlow@disa.mil. A MANDATORY Site Visit will be held on Wednesday, 3 November 2010 at 9:00 (Eastern Standard Time) Site Visit is required before any quotation will be accepted by the Government. REQUEST FOR QUOTE (10/29/2010) Defense Information Technology Contracting Organization (DITCO) is seeking discounted pricing to provide preventative maintenance on Emergency Generator Preventative Maintenance and Emergency Repair Service. Contractor shall provide all qualified personnel, equipment, tools, automation, robots, hardware, software, materials, replacement of equipment, parts and materials, supervision, management services, and other items and services necessary to perform maintenance and repair of covered systems. Award will be made to the offeror who presents the Lowest Price Technically Acceptable (LPTA) to the Government. The proposal must comply in all material respects with the requirements of the law, regulation and conditions set forth in the solicitation. The proposal must meet all mandatory solicitation requirements. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. The award will be a single award, with both Firm Fixed Price (FFP) and Time and Materials (T&M) type CLINs, based on the technically acceptable offer. The Government anticipates award of a purchase order using both Firm Fixed Price (FFP) and Time and Materials (T&M) type CLINs. Pricing should be based on fully burdened labor rates to perform this work. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code for this acquisition is 811310. For the purpose of this procurement the small business size standard is $7M. TECHNICAL PROPOSAL The technical proposal should include all information you want the Government to consider/evaluate, regarding capability of your company to perform the required tasks. The technical proposal should address information such as demonstrate understanding of the tasks at hand and any additional pertinent information. The technical and price proposal be limited to no more than eight (8) single-sided pages. SUBMISSION INSTRUCTIONS The technical proposal and price proposal must be submitted as separate attachments in the e-mail transmission. During evaluation, various portions of offeror's proposal will be forwarded to different offices/personnel for review. By submitting separate documents/attachments, the evaluation and distribution process can be accomplished more efficiently. As a minimum, your pricing information should include: --Proposed pricing for basic performance required under the Statement of Work (SOW). Price proposal should be itemized by labor categories, estimated labor hours, rate, number of employees for each labor category, total proposed cost for the requirement. For (T&M) CLINs 0002, 1002, 2002, 3002 and 4002 if multiple labor categories are priced, they will be evaluated at 15 hours each per year. --Proposed pricing for basic performance required under the Statement of Work (SOW). Price proposal should be itemized by labor categories, estimated labor hours, rate, number of employees for each labor category, total proposed cost for the requirement. All electronic information submitted must be presented in software applications which are readable by DISA systems (generally, Microsoft Office such as Word, Excel, PDF, etc.). A MANDATORY Site Visit will be held on Wednesday, 3 November 2010 at 9:00 (Eastern Standard Time) Site Visit is required before any quotation will be accepted by the Government. For information on the Place of Performance and the location of the site visit please contact Mr. Jim Mills by e-mail at james.mills@csd.disa.mil to sign-up for Site Visit no later than 1:00PM 2 Nov 2010. Request that you "courtesy copy" Mr. Steven Scharlow at steven.scharlow@disa.mil. **All questions entertained at the Site Visit will be recorded and questions and answers will be provided to all interest bidders at a later date.** Period of Performance is date of award through one year with four one-year options. The Government will entertain questions on this procurement until 3:00 pm CST, Thursday, 4 November 2010. No late questions will be accepted. No questions will be accepted via phone calls. Responses to all questions posed will be provided to all interested parties. Proposals are due by 1:00 pm CST Tuesday, 9 November 2010. The Government reserves the right to award without discussions. Please send all questions/quotes to Steve Scharlow at steven.scharlow@disa.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-11-T-0105/listing.html)
 
Place of Performance
Address: DISA Chambersburg, 1 Overcash Ave., Chambersburg, Pennsylvania, 17201-4186, United States
Zip Code: 17201-4186
 
Record
SN02321046-W 20101104/101102234256-0b92048c8d6282e82b7d52a9e55b9b5d (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.