Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2005 FBO #1223
SOLICITATION NOTICE

J -- Air Compressor and Vacuum Pump Preventive Maintenance

Notice Date
3/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
 
ZIP Code
20226
 
Solicitation Number
540100000209SR
 
Response Due
4/8/2005
 
Archive Date
4/23/2005
 
Point of Contact
Brian Wilkins, Contracting Officer, Phone (202) 927-7715, Fax (202) 927-8688, - Brian Wilkins, Contracting Officer, Phone (202) 927-7715, Fax (202) 927-8688,
 
E-Mail Address
Brian.Wilkins@atf.gov, Brian.Wilkins@atf.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is procuring Preventive Maintenance on four (4) Low Pressure Air Compressors, one (1) Vacuum Pump and two (2) High Pressure Air Compressors. The contractor shall provide all labor, materials, equipment and supervisor to perform the following work at the ATF National Laboratory Center (The Lab) at 6000 Ammendale Road, Ammendale, MD. The contractor?s quote should include the cost for preventive maintenance on Two Atlas Copco ZT-22 and two ZE-3 low pressure air compressors, one Powerex LPS-075 Vacuum Pump and two high pressure air compressors, one Powerex and one Ingersoll Rand. The requirement will include the following: (a) Preventive maintenance on four (4 each) low-pressure air compressors, one (1 each) vacuum pump, and two (2 each) high-pressure air compressors per manufacturers recommendation and /or GSA's preventive maintenance guides. (b) Repair work shall be completed only after the approval from the Contracting Officer or his representative. (c) All preventive maintenance work shall be scheduled with the building manager or is representative. (d) The contractor is responsible for maintaining a safe environment at all time during the completion of this contract. Removal of debris will be accomplished on an ongoing basis. Contractor will maintain the area around the boilers free of debris, trash, and used parts, oily and dirty rags. There are no previsions for storage of parts and equipment on site. Area around the boilers must be left cleaned after the maintenance is completed. (e) The contractor must adhere to all security procedures, regulations and policies while working within the LAB throughout the term of the contract. The building ID must be worn at all times in plain view. The following provisions are applicable to this commercial item acquisition: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-3, Offeror Representations; (Vendor must furnish Offeror Representations in writing); FAR 52-212-4, Contract Terms and Conditions-Commercial Items; and FAR 52-212-5, Contract Terms; FAR 52-217-9 Option to Extend the Term of the Contract and Conditions Required to Implement Status or Executive Orders-Commercial Items. This requirement is a 100% small business set-aside, however if no responses are received by a responsible small business than others will be considered. The North American Industry Classification System code, (NAICS) 811310 that has a Small Business Size limit of $6,000,000. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA?s Small Business Size Regulations, http://www.sba.gov/regulations/121/. Interested parties must be registered in the Central Contractor Registration Database (CCR) as prescribed in FAR Clause 52.232-33 CCR can be obtained by accessing the Internet at www.ccr.gov or by calling 1-888-227-2423. Any order awarded as a result of this will have a period of performance of one base year and four - one year option periods. Award will be based on technically accepted quote, low price. Price will be based on the based year and the four - one year option. Submit quotes to ATF 650 Massachusetts Avenue NW, Attn: Brian Wilkins Room 3290, Washington, DC, 20226, no later than April 8, 2005, 3.00pm EST. Alternatively, vendors may fax quotes or email quotes and questions concerning this procurement to Brian Wilkins, 202/927-7311 fax, or email to brian.wilkins@atf.gov.
 
Place of Performance
Address: ATF National Laboratory Center, 6000 Ammendale Road, Ammendale, MD POC: John Statz 240-264-1344
Zip Code: 20705-1250
Country: USA
 
Record
SN00779300-W 20050402/050331211824 (fbodaily.com)
 
Source
FedBizOpps.gov 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.