Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

41 -- Air Conditioner Preventive Maintenance - Statement of Work

Notice Date
6/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Health and Human Services, Program Support Center, Supply Service Center, Building 14, Perry Point, Maryland, 21902
 
ZIP Code
21902
 
Solicitation Number
11-284-SOL-00015
 
Archive Date
7/21/2011
 
Point of Contact
Allison C. Lempka, Phone: 410-642-0700, Leslie M. Lucas, Phone: 4106420701
 
E-Mail Address
allison.lempka@psc.hhs.gov, leslie.lucas@psc.hhs.gov
(allison.lempka@psc.hhs.gov, leslie.lucas@psc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work AC PM This is a combined synopsis solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation 11-284-SOL-00015 is issued as a Request for Proposal (RFP). This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-51. The North American Industry Classification Code (NAICS) is 238220 - Plumbing, Heating and Air Conditioning Contractors. This acquisition is a 100% Small Business Set-Aside, and the small business size standard is 14 million. A proposal is requested for the following service: DHHS, Supply Service Center in Perry Point Maryland is soliciting quotes for Preventive Maintenance (PM) and authorized unscheduled repair services for Air Conditioners, Condensers and Compressors (Equipment) owned and operated by DHHS, Perry Point, MD. See attachment for Statement of Work and list of equipment. The provision 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies to this acquisition. Offers will be evaluated on the basis of technical capability to meet the Governments requirement and price. Offerors shall submit a fully executed copy of provision 52.212-3, Offeror Representations and Certifications Commercial Items (Apr 2011) with their offer. Any interested offeror who has not completed the annual representations and certifications electronically at the ORCA website are urged to do so at the following address: https://orca.bpn.gov/. The clauses 52.212-4, Contract Terms and Conditions Commercial Items (June 2010) and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Apr 2011) apply to this acquisition as well as the following clauses sited therein: 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52-219-28, Post-Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor (July 2010); 52.222-21, Prohibition of Segregated Facilities (Feb.1999); 52.222-26, Equal Opportunity (March 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010), 52.225-1, Buy American Act - Supplies (Feb 2009), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct., 2003); 52.232-36, Payment by Third Party (Feb 2010); 52.222-41, Service Contracts Act of 1965 (Nov 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Sep 2009). All clauses and provisions referenced in this announcement can be found in full text format at www.arnet.gov/far. All prospective offerors interested in submitting proposals MUST be registered with the Central Contractor Registry (CCR), www.ccr.gov to be eligible for award. The Service Contract Act is applicable to this acquisition: DOL Wage Determination No. 2005-2097, Revision No. 12, Date of Revision: 9/14/2010. All quotes or proposals must meet all minimum requirements and specifications. It is incumbent upon all Offerors to provide proper documentation ensuring their service meets the minimum criteria. Award will be made to the vendor meeting the best value to the government including cost and technical factors. Offers must be received by July 6, 2011, 3:00 p.m. EST at the HHS, Supply Service Center, ATTN: Allison Lempka, Bldg. # 14, Perry Point, MD 21902. Please note that late offers will be handled in accordance with the rules set forth in FAR Clause 52.212-1 (f) "Late Submissions, Modifications, and Withdrawals of Proposals". Faxed offers are acceptable; however it is the responsibility of the offeror to verify receipt of faxed documents. Offers may be faxed to: (410) 642-3566, ATTN: Allison Lempka. NO PHONE CALLS. Offerors may also elect to transmit electronic copies to Allison.Lempka@psc.hhs.gov by the due date. Electronic copies must be in Adobe PDF format and it is the responsibility of the offeror to verify receipt of email copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/SSC/11-284-SOL-00015/listing.html)
 
Place of Performance
Address: Supply Service Center, Bldg. # 14, Perry Point, Maryland, 21902, United States
Zip Code: 21902
 
Record
SN02475266-W 20110618/110616235212-6cc137e46fc60c5e1c3c61090f5502a3 (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  © 1994-2020, Loren Data Corp.