Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

H -- OPTION - Overhead Crane Annual Inspection

Notice Date
11/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2055 Boulders Road, Charlottesville, VA 22911
 
ZIP Code
22911
 
Solicitation Number
W911W5-19-T-0001_01
 
Response Due
11/15/2018
 
Archive Date
5/14/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is W911W5-19-T-0001_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-11-15 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Aberdeen Proving Ground, MD 21005 The INSCOM - Warren requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 01/01/2019 - 12/31/2019 LI 001: Overhead Crane Annual Inspection (Base Year) - The contractor shall provide all labor and materials to perform annual inspections, and annual maintenance of 2 each Demag 20-ton overhead cranes at Aberdeen Proving Ground, Maryland. Routine maintenance will include all lubrication and minor adjustments normally conducted annually in accordance with the attached Performance Work Statement (PWS)., 1, EA; Option 1 Period of Performance: 01/01/2020 - 12/31/2020 LI 001: Overhead Crane Annual Inspection (Option 1) - The contractor shall provide all labor and materials to perform annual inspections, and annual maintenance of 2 each Demag 20-ton overhead cranes at Aberdeen Proving Ground, Maryland. Routine maintenance will include all lubrication and minor adjustments normally conducted annually in accordance with the attached Performance Work Statement (PWS)., 1, EA; Option 2 Period of Performance: 01/01/2021 - 12/31/2021 LI 001: Overhead Crane Annual Inspection (Option 2) - The contractor shall provide all labor and materials to perform annual inspections, and annual maintenance of 2 each Demag 20-ton overhead cranes at Aberdeen Proving Ground, Maryland. Routine maintenance will include all lubrication and minor adjustments normally conducted annually in accordance with the attached Performance Work Statement (PWS)., 1, EA; Option 3 Period of Performance: 01/01/2022 - 12/31/2022 LI 001: Overhead Crane Annual Inspection (Option 3) - The contractor shall provide all labor and materials to perform annual inspections, and annual maintenance of 2 each Demag 20-ton overhead cranes at Aberdeen Proving Ground, Maryland. Routine maintenance will include all lubrication and minor adjustments normally conducted annually in accordance with the attached Performance Work Statement (PWS)., 1, EA; Option 4 Period of Performance: 01/01/2023 - 12/31/2023 LI 001: Overhead Crane Annual Inspection (Option 4) - The contractor shall provide all labor and materials to perform annual inspections, and annual maintenance of 2 each Demag 20-ton overhead cranes at Aberdeen Proving Ground, Maryland. Routine maintenance will include all lubrication and minor adjustments normally conducted annually in accordance with the attached Performance Work Statement (PWS)., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, INSCOM - Warren intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. INSCOM - Warren is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The following clauses apply to this solicitation: FAR 52.201-1 Definitions, FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001,Buy American Act and Balance Of Payments Program; 252.223-7004, Drug Free Work Force; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. Submitted Quotes will be valid for 60 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.5 million. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Combating Trafficking in Persons FAR 52.212-1 Instructions to Offerors - Commercial Items - applies to this acquisition. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications. IAW FAR 52.212-2; Evaluation - Commercial Items, the following shall be used to evaluate offers: Lowest Price Technically Acceptable. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5740d02f3397f113aefcf09433e2abe2)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005
Zip Code: 21005
 
Record
SN05146412-W 20181109/181107230825-5740d02f3397f113aefcf09433e2abe2 (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.