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, 2017 FBO #5777
SOLICITATION NOTICE

J -- Crane Inspection and Maintenance - Crane_Bid_coversheet - Provisions_Clauses - List of cranes/hoists

Notice Date
9/15/2017
 
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, National Guard Bureau, 129 MSG/MSC, CA ANG, PO BOX 103/STOP 25, MOFFETT FEDERAL AIRFIELD, California, 94035, United States
 
ZIP Code
94035
 
Solicitation Number
W912LA17R7048_Crane_Inspection
 
Archive Date
10/7/2017
 
Point of Contact
Bardia Barmaki, Phone: 6506039274
 
E-Mail Address
bardia.barmaki.mil@mail.mil
(bardia.barmaki.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
listing of cranes and hoists/lifts Contract Provisions and Clauses Crane_Bid_coversheet Request for Proposal Base Wide Crane Inspections This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 procurement is W912LA-17-R-7048 and is hereby issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95 (19 January 2017). This acquisition is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) is 811310, "Material handling equipment repair and maintenance services" is applicable. The Small Business Size Standard is $7,500,000.00. The Government intends to award a single firm fixed-price (FFP) contract with one (1) 1-year base period and four (4) 1-year option periods in accordance with the attached Performance Work Statement (PWS); see Attachment 1. The successful offeror shall provide the following Contract Line Item Numbers (CLINs) for the base performance period; see Attachment 2 for all CLINs and the associated periods of performance, to include all option periods. CLIN 0001 Quarterly Inspection/Preventative Maintenance with Service Report The Contractor shall provide all Quarterly services and reports identified for the 129th Civil Engineering Squadron, Moffett ANGB, and Santa Clara County, California. All work shall conform to the attached Performance Work Statement (PWS). CLIN 0002 Yearly Inspection/Preventative Maintenance with Service Report Contractor shall provide all Yearly services for the 129th Civil Engineering Squadron, Moffett ANGB, and Santa Clara County, California. All work shall conform to the attached Performance Work Statement (PWS). CLIN 0003 CONTRACTOR MANPOWER REPORTING REQUIREMENT Contractor shall provide all CONTRACTOR MANPOWER REPORTING requirements in accordance with Paragraph 4.7 of the attached Performance Work Statement (PWS) The scope of this requirement is to provide Quarterly and Yearly inspection and preventative maintenance services for all cranes, hoists, and vehicle lifts at Moffett ANGB. Under this requirement the contract shall provide all management material, labor, and workmanship in accordance with the performance work statement (PWS). The FAR provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. See the full text of the provision provided in Attachment 3, Applicable Provisions & Clauses, for instructions on submitting a proposal. The FAR provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. See the full text of the provision provided in Attachment 4, Instructions, for the evaluation criteria. The FAR provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, applies to the requirement. Offeror's are advised to submit a completed copy of the provision with their offer (see Attachment 3, Applicable Provisions & Clauses). If the offeror has completed their annual representations and certifications electronically via the System for Award Management (www.SAM.gov) website, offerors need only complete paragraphs (b) of the provision. The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda have been added to this provision. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019 by reference. Offerors are advised of the additional contract requirements:  IAW the Defense FAR Supplement clause at 252.232-7006, Wide Area Workflow Payment Instructions, all invoicing must be submitted via the Wide Area Workflow (WAWF) website. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Questions regarding this solicitation must be received no later than 4:00pm, September 19, 2017. Submit questions to both email addresses identified below. All proposals must be submitted no later than 3:00pm, September 22, 2017. It is the offeror's responsibility to ensure their proposal is received by the date and time specified. In accordance with FAR 15.208, if your proposal is not received at the initial point of entry to the Government (identified below), by the exact date and time specified above, it will be determined late and will not be evaluated. Proposal, as the term is used here, means all volumes and/or parts of the proposal. Offerors shall submit their proposal as specified below: The offeror may submit their proposal electronically via email to bardia.barmaki.mil@mail.mil   ATTACHMENTS 1 Performance Work Statement (17 Pages) 2 Proposal Coversheet (2 Pages) 4 Additional Instructions to Offerors/ Applicable Provisions & Clauses (26 Pages) 5 Crane and hoists list ( 1 Page)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA17R7048_Crane_Inspection/listing.html)
 
Place of Performance
Address: Civil Engineering facility building 683, Moffett Air National Guard Base, California, 94035, United States
Zip Code: 94035
 
Record
SN04679256-W 20170917/170915231048-8eccf340d9e5da88275da9b0b9f49b9e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.