SOLICITATION NOTICE
J -- Maintenance Service Agreement
- Notice Date
- 1/12/2010
- 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 Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- Erwin-F3Z1899342AQ01-MaintAgree
- Archive Date
- 2/5/2010
- Point of Contact
- Matthew P. Erwin, Phone: 707-424-7793, Brenna K Loseke, Phone: 707-424-7761
- E-Mail Address
-
matthew.erwin@travis.af.mil, brenna.loseke@travis.af.mil
(matthew.erwin@travis.af.mil, brenna.loseke@travis.af.mil)
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3Z1899342AQ01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38, effective date 11 Jan 2010; Defense DCN 20091229, effective date 04 Jan 2010; and AFAC 2009-1030 effective date 30 Oct 2010. This acquisition will be 100% small business set-aside; the North American Industry Classification System (NAICS) code is 811310. The business size standard is $7.0M. The Federal Supply Class (FSC) is J036. The Standard Industrial Classification (SIC) is 7699. Travis AFB intends to award a purchase order for the following maintenance agreement: CLIN0001- Annual Maintenance Service Agreement for MEGASTAR/REMSTAR "MegaLift", Serial # 53428 Located in Bldg. 861. Qty: 1 each. CLIN0002 - Annual Maintenance Service Agreement for MEGASTAR/REMSTAR "MegaStation", Serial # 21934 Located in Bldg. 861. Qty: 1 each CLIN0003 - Annual Maintenance Service Agreement for MEGASTAR/REMSTAR "MegaStation" Serial # 21620 Located in Bldg. 549. Qty: 1 each CLIN0004 - Annual Maintenance Service Agreement for MEGASTAR/REMSTAR "MegaStation" Serial # 21621 Located in Bldg. 549. Qty: 1 each CLIN0005 - Annual Maintenance Service Agreement for MEGASTAR/REMSTAR "MegaStation", Serial # XXXXX (Serial number is unknown at this time due to it is being installed and the serial number will be identified upon installation completion) Located in Bldg. 861. Qty: 1 each Each unit will receive two scheduled Preventative Maintenance Service/Inspections calls by a MEGASTAR /REMSTAR Factory Trained technician. These inspections will be scheduled with requesting agency's POC within 30 days of award of contract. Vendor will provide proof of training with submission of bid. The vendor will provide for Unlimited Emergency Service calls, unlimited technical phone support, and all labor, for life of this contract. Items excluded will be service calls resulting from operator error, neglect, and/or abuse. Parts are to be invoiced to contract as a separate lime item if not under warranty or not part of service agreement. Vendor must respond to service calls as listed: (priority and Non emergencies) PRIORITY / EMERGENCY calls: response time must be within 12-24 business hours. An emergency is the unit is in a non-operable condition. NON-EMERGENCIES calls: response time within 48-72 business hours. Non emergency is the unit is operable but needs service attention. Service hours are from 8 A.M.-5P.M. Pacific Time, Monday through Friday. An agency point of contact an "authorized to call list" will be provided to vendor and for all service request not scheduled upon award of contract. All invoices will include date and time of service and serial number of unit serviced Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a 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: 1: Lowest Price Technically Acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Feb 2009). FAR 52.233-4 Applicable Law for Breach of Contracts (October 2004). FAR 52.212-4 Contract Terms and Conditions (March 2009) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.219-6 Notice of Total SB Set Aside (June 2003). FAR 52.219-28 Post-Award Small Business Program Representation (April 2009). FAR 52.222-50 Combating Trafficking in Persons (February 2009). In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination To find the wage rate listed below, visit http://www.wdol.gov/Index.aspx. Please note that this may or may not be the correct wage rate regarding the description for this requirement. Employee Class Monetary Wage -- Fringe Benefits 23181 - Electronics Technician Maintenance I 27.93 23182 - Electronics Technician Maintenance II 29.51 23183 - Electronics Technician Maintenance III 31.11 (End of Clause) DFARS 252.204-7003 Control of Government Personnel Work Products. (September 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests. (March 2008) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (April 2009). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984). DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (January 2009). AFFARS 5352.201-9101 Ombudsman. (August 2005) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to matthew.erwin@travis.af.mil or fax to 707-424-5189 NO LATER THAN 21 January 2010, 12:00 PM, PST. If you have any questions, they must be in by 15 January 2010, 5:00 PM, PST. Point of contact is Matthew Erwin, A1C, Contract Specialist, telephone 707-424-7793. Alternate POC is SSgt Brenna Loseke, Contracting Officer, telephone 707-424-7761, brenna.loseke@travis.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/Erwin-F3Z1899342AQ01-MaintAgree/listing.html)
- Place of Performance
- Address: Travis AFB, CA, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02039948-W 20100114/100112234418-18087ea452b344c29a625eb01ad8c004 (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 |