Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

J -- Overhead Crane Inspection Services - Attachment 2 - PWS - Attachment 4 - Wage Determination - Attachment 1 - CLIN Structure - Attachment 3 - Clauses and Provisions

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Yuma Proving Ground, ATTN: CCMI-CHD-YP, Bldg 2364, 301 C Street, Yuma, Arizona, 85365-9498, United States
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-16-T-0062
 
Archive Date
10/5/2016
 
Point of Contact
Karen F. Davis, Phone: 9283286124
 
E-Mail Address
karen.f.davis.civ@mail.mil
(karen.f.davis.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - Clauses and Provisions Attachment 1 - CLIN Structure Attachment 4 - Wage Determination Attachment 2 - PWS This is a Combined Synopsis/Solicitation (CSS) for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89, Effective 14 July 2016 and Defense Federal Regulation Supplement (DFARS), current to DPN 20160630 (Effective 30 June 2016) Edition. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil. All offerors must have FAR 52.212-3 -Offeror Representations and Certifications -- Commercial Items (FEB 2016) Alternate I (Oct 2014). All responding vendors must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.sam.gov/portal/public/SAM. This solicitation is issued as a request for quotations (RFQ) under solicitation Number W9124R-16-T-0062, which will result in a single-award Firm Fixed Price contract. This action is being solicited as 100% small business set-aside. The North American Classification System (NAICS) code is 811310 - Commercial and Industrial Machinery and Equipment Repair Maintenance with a size standard of $7 million. Quotes will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis with the evaluation criteria within FAR 52.212-2 and tradeoffs are not permitted. Offerors must propose to perform all aspects of the Performance Work Statement (PWS) in Attachment 2. The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting quotes for Crane Maintenance and Repair Services. Quotes shall conform to the Contract Line Item Number (CLINs) structure identified in Attachment 1. The period of performance for this acquisition shall be for a one-year base period and four one-year option periods. The contract will consist of Firm Fixed Price CLINs for; Annual Inspections, Quarterly Inspections, Monthly Inspections, Troubleshooting and Repairs, and Contractor Manpower Reporting. Offerors must provide an Emergency Labor Rate and a Labor Rate (if proposing a separate rate), Travel Rate and a Total Extended Price (Net Amount) for CLINs 0004, 1004, 2004, 3004 and 4004. Offerors will propose the labor category with a burdened fixed labor rates, and travel rate in the description portion of each of these CLINs. Payment will be made by Government Wide Area Work Flow (WAWF). Offerors shall refer to Attachment 3 - Clauses & Provisions for additional information such as submission instructions and evaluation criteria for this procurement. The RFQ closes on Tuesday, 20 September 2016 at 12:00 Noon Mountain Standard Time (MST). Responses to the CSS shall be submitted by the closing date and time. All quotes shall be clearly marked with solicitation number W9124R-16-T-0062 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6534. Attachments: Attachment 1-CLIN Structure Attachment 2-PWS (including Annex A, List of Cranes) Attachment 3- Clauses & Provisions Attachment 4- Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dd1ef61cced072197b5a4eb9e316ea8f)
 
Record
SN04272745-W 20160917/160915235106-dd1ef61cced072197b5a4eb9e316ea8f (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.