Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
MODIFICATION

Z -- Elevator Inspections and Service-H.S.Truman Lake and Stockton Lake

Notice Date
7/14/2014
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-14-R-1066
 
Response Due
7/23/2014
 
Archive Date
9/12/2014
 
Point of Contact
Mark A. McKinney, 816-389-3824
 
E-Mail Address
USACE District, Kansas City
(mark.a.mckinney@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Posting Amendment W912DQ-14-R-1066-0002, to correct solicitation wording from small business set-aside to full and open completitiom. Posting Amendment W912DQ-14-R-1066-0001 and Confirmed Solicitation W912DQ-14-R-1066. 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. The solicitation number for this acquisition is W912DQ-14-R-1066 and it is being issued as a Request for Proposal(RFP). Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-75. This RFP shall have no set-asides and the associated North American Industry Classification system (NAICS) code is 238290 and the business size standard is $14,000,000.00. Far 52.212.1 Instructions to Offerors- Commercial does apply to this acquisition with no addenda to the provision. Far 52.212-2 Evaluation- Commercial items, does apply to this acquisition. In accordance with FAR 13.106 the solicitation will be procured as Best Value, based upon three (3) factors: Past Performance, Relative Experience, and Price. Offerors must include a completed copy of FAR 52.212-3, Offeror Representation and Certifications- Commercial Items with their offer. This provision is included in Section K of this combined synopsis/solicitation. If you are already registered in SAM (https://sam.gov), then you only need to complete paragraph B of this provision if you need to specify any differences from the information shown in your SAM registration. FAR 52.212-4, Contract Terms and Conditions- Commercial Items, does apply to this acquisition with no addenda to the provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition. These specific clauses required are detailed in Section 1 of this combined synopsis/solicitation. Offerors interested in responding to this RFP must submit their proposal on the attached synopsis/solicitation. Any questions regarding this synopsis/solicitation must be submitted by email to the point of contact below. In accordance with FAR 52.212-1(k) the prospective awardee shall be registered and active in the Central Contractor Registration (CCR.gov). The Central Contractor Registry (CCR) has now migrated to the System for Award Management (SAM). If you were previously registered in CCR, your registration should have been moved to SAM, and you just need to open an account, see the following link for instructions. https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf. If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf to register. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. The Proposal is due by 2:00 PM CST, on July 11, 2014. The final date to submit questions is ten (10) days prior to the due date of the synopsis/solicitation. Proposals must be valid for at least 90 days after the due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-R-1066/listing.html)
 
Place of Performance
Address: HS Truman Lake, Warsaw MO and Stockton Lake, Stockton, MO Two Sites-see Attachements see attachments MO
Zip Code: see attach
 
Record
SN03423789-W 20140716/140714235426-cabb2b98e0a0ce392cd3815df6c75851 (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.