Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOLICITATION NOTICE

J -- Elevator Maintenance - Package #1

Notice Date
7/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
FA4528-16-T-4007
 
Archive Date
8/10/2016
 
Point of Contact
Ryan J. Nichols, Phone: 7017236935, Nitra P. Latta, Phone: 7017234183
 
E-Mail Address
ryan.nichols.11@us.af.mil, nitra.latta@us.af.mil
(ryan.nichols.11@us.af.mil, nitra.latta@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Request for Quotes Sheet Description: (i) 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. (ii) The solicitation number FA4528-16-T-4007 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. (iv) This acquisition is for full and open competition. The applicable North American Industry Classification System (NAICS) code is 238290. (v) CLIN items are as follows: CLIN 0001 Annual Inspection - Contractor shall perform necessary inspections and tests as required under ASME A17.1 Appendix N, using a Qualified Elevator Inspector (QEI) IAW PWS para 4. Two Each annual inspections will be conducted per VTE - Initial inspection conducted 1-30 Sep 16 and final conducted 1-31 Aug 17. QTY: 8 EA CLIN 0002 Semi-Annual Inspection - PWS para 4 - 4.4. Period of Performance: 1 - 31 March 2017. QTY: 4 EA CLIN 0003 5-Year Load Test - The initial annual inspection shall include the five-(5)-year test for all traction and roped hydraulic elevators (2) regardless of due date IAW PWS para 4.1. Period of Performance: 1 Sep - 31 Oct 2016. QTY: 2 EA CLIN 0004 Hourly Crew Rate /Unscheduled Minor Repair - (PWS para 4.5) Period of Performance: 1 Sep 2016 - 31 Aug 2017. QTY: 20 Hours (estimated) CLIN 0005 Travel Per diem/Unscheduled/Minor Repair (PWS para 4.8 - 4.8.1). QTY: 2 Each (Estimated 2 Trips) CLIN 0006 Reimbursable Parts (PWS para 4.6 - 4.6.1) NOT PRICED - Government will insert Not to Exceed amount upon award. (vi) The anticipated Period of Performance is 1 Sep 16 - 31 Aug 17. (vii) Place of performance is Minot AFB, ND 58705 and is FOB destination. (viii) The following provisions and clauses apply to this acquisition: •(a) Provision 52.212-1, Instructions to Offerors-Commercial Items •(b) Provision 52.212-2, Evaluation - Commercial Items The government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: •a. Award shall be based on best value to the government. The evaluation procedure to be used for this procurement is price and price related factors such as past performance. The US Government will consider and evaluate offeror's past performance information for VTE service contracts defined by NAICS 238290. •(c) Provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors are also reminded to complete Offeror Representations and Certifications online at https://www.sam.gov/portal/public/SAM/ prior to submitting an offer. The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at www.bpn.gov prior to submitting an offer. •(d) Clause 52.212-4, Contract Terms and Conditions Commercial Items •(e) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and the additional FAR clauses cited in the clause are applicable: 52.204-10, 52.209-6, 52.222-3, 21, 26, 35, 36, 37, 50, 52.223-18 52.225-13, 52.232-33, 52.222-41, 42, 43, 55. (ix) Additional FAR, DFARS and AFFARS clauses and provisions that apply are: 52.204-7, 9, 13, 52.209-11, 52.225-25, 52.232-40, 252.203-7000, 7002, 7005, 7996, 7997, 252.204-7003, 7008, 7011, 7012, 7015, 252.204-7004 Alt A, 252.209-7998, 7999, 252.211-7003, 252.223-7008, 252.225-7001, 7036, 252.232-7003, 7006, 7010, 252.244-7000, 252.247-7023, 5352.201-9101, 5352.223-9000, 5352.223-9001, 5352.242-9000. (x) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xi) All offerors must submit a quote by 3:00 pm CST on Tuesday, 26 July 2016. Quotes received after that time may not be considered. (xii) Any questions regarding this notice should be directed to A1C Ryan Nichols, 5 CONS/LGCS, 165 Missile Avenue, Minot AFB, ND 58705, (701) 723-3260, or by email to ryan.nichols.11@us.af.mil. The alternate contact is MSgt Nitra Latta at (701) 723-4189 or email nitra.latta@us.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-4172.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/61bde6f031034ecc4a00ded0253b338f)
 
Place of Performance
Address: Minot AFB, North Dakota, 58705, United States
Zip Code: 58705
 
Record
SN04181892-W 20160715/160713235510-61bde6f031034ecc4a00ded0253b338f (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.