Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
MODIFICATION

J -- Small engine Maintenance Blanket Purchase Agreement (BPA)for Natick Soldier Systems Center

Notice Date
4/17/2012
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W905JZ-1010-2012
 
Response Due
4/25/2012
 
Archive Date
6/24/2012
 
Point of Contact
Devin S. FitzMaurice, 508-233-6115
 
E-Mail Address
ACC-APG - Natick (SPS)
(devin.fitzmaurice@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION DOCUMENTS ARE AVAILABLE. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. Small engine Maintenance Blanket Purchase Agreement (BPA) Sources Sought Introduction: Sources Sought - the U.S. Army Contracting Center, Aberdeen Proving Ground Natick Contracting Division, on behalf of the Natick Soldier Systems content Installation Maintenance Command, intends to enter to award multiple blanket purchase agreements for the repair and maintenance of ground equipment, lawn equipment, forklifts, back hoes, and other small engines. The successful contractor(s) shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide maintenance services. The contractor, as an independent contractor and not as an agent of the Government, shall provide the necessary resources (except those furnished by the Government) to accomplish tasks of the type set forth below. Contractor employees performing services under this contract shall be controlled, directed and supervised at all times by management personnel of the contractor. The contractor's management shall ensure that employees properly comply with the performance standards outlined in this Performance Work Statement and as required by the contracting officer or the contracting officer's representative (COR). Contractor employees shall perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government shall control access to the facility and shall perform the inspection and acceptance of completed work and tasks. North American Industry Classification Standard (NAICS) code for this procurement are 811310 and 811411, both with a small business size standard of $7 million. SUBMITTAL REQUIRMENTS: It is requested that interested Small Businesses capable of providing these services submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, as a minimum, the following: COMPANY PROFILE to include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) Names of two principals to contact (including title, telephone and fax numbers and email addresses); (4) Small Business designation/status (e.g., 8(a), HUBZone, SDVOSB, etc); (5) DUNS number; (6) CAGE Code. RELEVANT EXPERIENCE to include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officer's Name, Telephone Number and Email; (4) Contracting Officer's Technical Representative or Primary Point of Contact, telephone and email; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein. 52.232-18 -- Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 1. Work shall be preformed per the attached statement of work and work will be performed on the items on the attached equipment list. 3. Work will be performed on site at the Natick Soldier Systems center when possible. The Natick Soldier Systems Center is located at 15 Kansas Street Natick MA 01760. 4. It is intended that these BPA's be set aside for Small Business. 5. Vendors must provide a description of their capabilities, Cage Code, and DUNS number with their responses. 6. Specific Requirements: -Provided at the time of solicitation. It is intended that solicitation be posted through FedBid.com. Selected vendors will be required to register on FedBid.com to participate in these solicitations. -When possible the government intends to use a government purchase card for payment on this BPA. 7. Period of Performance: BPAs are awarded for a 5 year period of performance; each action under the BPA will be awarded individually after competition. 8. Contractor Manpower Reporting: The Contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. RESPONSES ARE DUE NLT 25 April 2012 AT 4:00 PM ET. LATE RESPONSES WILL NOT BE ACCEPTED. Send packages via email to Devin Fitzmaurice (Devin.FitzMaurice@us.army.mil) or via fax at 508-233-5286 to the attention of Devin Fitzmaurice, Contract Specialist. Questions or comments regarding this notice may be addressed in writing to Devin Fitzmaurice (Devin.FitzMaurice@us.army.mil) This Closes 25 April 2012 Contracting Office Address: ACC-APG SCRT - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division, Building 1, Kansas Street, Natick, MA 01760-5011 Place of Performance: ACC-APG SCRT - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division, Building 1, Kansas Street Natick MA 01760-5011 Point of Contact(s): Devin FitzMaurice Natick Contracting Division, Natick, MA 01760. Devin.FitzMaurice@us.army.mil, (508) 233-611
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e8ce06152606aa1a70d7e63ad8eaebf3)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02724368-W 20120419/120417235743-e8ce06152606aa1a70d7e63ad8eaebf3 (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.