Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

J -- Environmental Chamber Maintenance and Repair

Notice Date
3/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-12-T-0002
 
Response Due
4/3/2012
 
Archive Date
6/2/2012
 
Point of Contact
Paul E. Frailey, 435-831-2587
 
E-Mail Address
MICC - Dugway Proving Ground
(paul.e.frailey.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Service Contract w/ the following CLINS: Environmental Chamber Maintenance and Repair W911S6-12-T-0009 This requirement is for a base plus two year contract for maintenance and repair of a Hankison and Quincy air compressor system at Dugway Proving Ground (DPG), Dugway, Utah 84074. -0001 = Maintenance Labor - Base Year Contract Type: T&M Non-personal services contract to provide for major repairs and parts replacement for 20, 30, 100, 200, 300 series environmental chambers and listed specialty chambers located throughout various areas within West Desert Test Center at Dugway Proving Grounds (See EQUIPMENT DESCRIPTION in full text below). Locations are Carr Facility, White Sage Mortar Range, German Village Artillery Range, Tower Grid and other ranges depending on test requirements. Labor rates shall be fully burdened to include, but not be limited to, labor, travel, lodging, mileage, equipment/vehicle rental, general and administrative, etc. This requirement is subject to the availability of funding per FAR 52.232-18. PLEASE BID HERE $_________/Hr. Labor rates shall be fully burdened to include, but not be limited to labor, travel, lodging, per diem, general and administrative, etc. -0002 Qty = Repair Parts - Base Year Contract Type: T&M Replacement Parts and Materials. This CLIN shall cover repair parts/materials for the equipment covered in CLIN 0001. Costs and the payment for this CLIN shall be in accordance with FAR 16.6 (Material handling costs. When included as part of material costs, material handling costs shall include only costs clearly excluded from the labor-hour rate. Material handling costs may include all appropriate indirect costs allocated to direct materials in accordance with the contractor's usual accounting procedures). This requirement is subject to the availability of funding per FAR 52.232-18. MATERIAL HANDLING RATE %___________. Please indicate if rate is at COST as described in CLIN Description or if contractor is going to include a % fee or profit. (INCLUDES ALL SHIPPING/MATERIAL HANDLING CHARGES - FOB DESTINATION FAR 52.247-34). -0003 Personnel Reporting System. Base Period Personnel Reporting System FFP Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within the clause section of this document. NOTE: Final payment on the contract will be withheld until the Contracting Officer's Representative confirms that the reporting has been completed. This requirement is subject to the availability of funding per FAR 52.232-18. PLEASE BID HERE $__________. -1001 = Maintenance Labor - 1st Option Year Contract Type: T&M Non-personal services contract to provide for major repairs and parts replacement for 20, 30, 100, 200, 300 series environmental chambers and listed specialty chambers located throughout various areas within West Desert Test Center at Dugway Proving Grounds (See EQUIPMENT DESCRIPTION in full text below). Locations are Carr Facility, White Sage Mortar Range, German Village Artillery Range, Tower Grid and other ranges depending on test requirements. Labor rates shall be fully burdened to include, but not be limited to, labor, travel, lodging, mileage, equipment/vehicle rental, general and administrative, etc. This requirement is subject to the availability of funding per FAR 52.232-18. PLEASE BID HERE $_________/Hr. Labor rates shall be fully burdened to include, but not be limited to labor, travel, lodging, per diem, general and administrative, etc. -1002 Repair Parts - 1st Option Year Contract Type: T&M Replacement Parts and Materials. This CLIN shall cover repair parts/materials for the equipment covered in CLIN 0001. Costs and the payment for this CLIN shall be in accordance with FAR 16.6 (Material handling costs. When included as part of material costs, material handling costs shall include only costs clearly excluded from the labor-hour rate. Material handling costs may include all appropriate indirect costs allocated to direct materials in accordance with the contractor's usual accounting procedures). This requirement is subject to the availability of funding per FAR 52.232-18. MATERIAL HANDLING RATE %___________. Please indicate if rate is at COST as described in CLIN Description or if contractor is going to include a % fee or profit. (INCLUDES ALL SHIPPING/MATERIAL HANDLING CHARGES - FOB DESTINATION FAR 52.247-34). -1003 Personnel Reporting System. 2nd Option Year Personnel Reporting System FFP Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within the clause section of this document. NOTE: Final payment on the contract will be withheld until the Contracting Officer's Representative confirms that the reporting has been completed. This requirement is subject to the availability of funding per FAR 52.232-18. PLEASE BID HERE $__________. -2001 = Maintenance Labor - 2nd Option Year Contract Type: T&M Non-personal services contract to provide for major repairs and parts replacement for 20, 30, 100, 200, 300 series environmental chambers and listed specialty chambers located throughout various areas within West Desert Test Center at Dugway Proving Grounds (See EQUIPMENT DESCRIPTION in full text below). Locations are Carr Facility, White Sage Mortar Range, German Village Artillery Range, Tower Grid and other ranges depending on test requirements. Labor rates shall be fully burdened to include, but not be limited to, labor, travel, lodging, mileage, equipment/vehicle rental, general and administrative, etc. This requirement is subject to the availability of funding per FAR 52.232-18. PLEASE BID HERE $_________/Hr. Labor rates shall be fully burdened to include, but not be limited to labor, travel, lodging, per diem, general and administrative, etc. -2002 Qty = Repair Parts - 2nd Option Year Contract Type: T&M Replacement Parts and Materials. This CLIN shall cover repair parts/materials for the equipment covered in CLIN 0001. Costs and the payment for this CLIN shall be in accordance with FAR 16.6 (Material handling costs. When included as part of material costs, material handling costs shall include only costs clearly excluded from the labor-hour rate. Material handling costs may include all appropriate indirect costs allocated to direct materials in accordance with the contractor's usual accounting procedures). This requirement is subject to the availability of funding per FAR 52.232-18. MATERIAL HANDLING RATE %___________. Please indicate if rate is at COST as described in CLIN Description or if contractor is going to include a % fee or profit. (INCLUDES ALL SHIPPING/MATERIAL HANDLING CHARGES - FOB DESTINATION FAR 52.247-34). -2003 Personnel Reporting System. 2nd Option Year Personnel Reporting System FFP Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within the clause section of this document. NOTE: Final payment on the contract will be withheld until the Contracting Officer's Representative confirms that the reporting has been completed. This requirement is subject to the availability of funding per FAR 52.232-18. PLEASE BID HERE $__________. Please call or e-mail Contract Specialist Paul E. Frailey w/ all questions concerning this service @ 435-831-2587 paul.e.frailey.civ@mail.mil. For more detail visit the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/ and go to the contracting opportunities option https://acquisition.army.mil/asfi/solicitation_search_form.cfm And enter the Solicitation # W911S6-12-T-0002. This will show all CLINS, Clauses and Contract details. Surveillance Plan can be found in solicitatin document, downloadable at ASFI and or FED BIZ OPS. Attachments to this synopsis downloaded/viewed at FedBizzOpps. Gov. search under W911S6-12-T-0002. This requirement is competed as a small business set aside per FAR 52.219-6. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-12-T-0002. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 333415 (750 Employees) applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions - Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government,,Far 52.215-5, FAR 52.217-5 EVALUATION OF OPTIONS (JUL 1990), FAR 52.219-4, FAR 52.219-14, FAR 52.219-28, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39, FAR 52.222-50. 52.225-13, 52.232-32 Payment by Electronic Funds Transfer. 252.232-7003 Electronic Funding via WAWF. 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. DFARS 252.212-7000, Offerror representations and certifications - commercial items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to implement statutes or executive orders applicable to defense acquisitions of commercial items (JAN 2005), specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 52.203-3. Restriction on Foreign purchases, 252.225-7035 Alt 1. DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.211-7003, DFARS 252.247-7023 Transportation of Supplies by Sea. 52.000-4918 Main Agreement Terms and 52.213-4 regarding terms and conditions for simplified acquisition. Army Contracting Level Agency Program applies to this solicitation. FAR 52.204-7 Central Contractor Registration, and DFARS 252.232-7010 Levies on Contract Payments. The following clauses apply: DFARS 252.225-7001, 252.225-7012, DFARS 252.227-7015, 252.227-7017. DFARS 252.227-7035, DFARS 252.232-7003; and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Dugway, Ut 84022-5001), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Contractor Access to DPG; OSHA Standards and Identification of Contractor Employees, Maintenance Agreement Terms, Evaluation of Bids/Offers, Safety and Accident Prevention,. All quotes must be e-mailed to Paul Frailey at paul.e.frailey.civ@mail.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Paul Frailey at paul.e.frailey.civ@mail.mil or call 435-831-2587. Quotes are due no later than 10:00 am (prevailing local time at U.S. Army Dugway Proving Ground, Utah), 3 April 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/75209a6d3e1cceb6488f9dbce8343e54)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02701115-W 20120322/120320235820-75209a6d3e1cceb6488f9dbce8343e54 (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.