Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2012 FBO #3694
SOLICITATION NOTICE

J -- Crain and Hoists Inspection, Maintenance, and Repair Services - "Draft" Performance Work Statement

Notice Date
1/3/2012
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-R-0005
 
Point of Contact
Ryan J. Huffman, Phone: 9375224617, Daniel J. Lawson, Phone: 9375224604
 
E-Mail Address
ryan.huffman@wpafb.af.mil, daniel.lawson@wpafb.af.mil
(ryan.huffman@wpafb.af.mil, daniel.lawson@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
'Draft' Performance Work Statement The ASC/Operational Contracting Division, Base Acquisition Flight, at Wright-Patterson AFB, will issue a Request for Proposal (RFP) FA8601-012-R-0005 on approximately 25 January 2012 for the acquisition of Crane and Hoist inspection, maintenance, and repair services. The contractor shall provide all management, tools, supplies, equipment, and labor necessary to inspect, maintain, and repair the Cranes and Hoists at Wright-Patterson AFB, Ohio in a manner that will ensure continuous and safe operations. All contractor services for this contract shall meet or exceed all Federal, State and Local Codes, regulations and standards. The anticipated base period of performance is four and a half months - 15 May 2012 - 30 September 2012. The anticipated contract will include a provision for four option periods of one year each: Option Period I: 1 October 2012 - 30 September 2013, Option Period II: 1 October 2013 - 30 September 2014, Option Period III: 1 October 2014 - 30 September 2015, Option Period IV: 1 October 2015 - 30 September 2016. The proposed contract is 100% set-aside for Small Business concerns. The North American Industry Classification System (NACIS) code for this acquisition is 811310 with an associated size standard of $7.0 Million. The Request for Proposal, the Performance Work Statement (PWS) and other associated attachments will be posted on the Federal Business Opportunities (FEDBIZOPS) website at http://www.fbo.gov/. The RFP will be issued electronically approximately 25 January 2012. Paper copies of the RFP will not be provided. The RFP can be downloaded and printed from the World Wide Web at the FEDBIZOPS address above. After the solicitation has been posted, it is incumbent upon the interested parties to review the website frequently for updates to the documents. All responsible small business sources may submit a proposal and shall be considered. Completed copies of the provisions at FAR 52.213-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, must be submitted with the offer. Facsimile or alternate proposals are not acceptable. Contractors must be registered in the Central Contractor Registry (CCR) prior to award for solicitations issued after 30 May 1998. The web address for CCR is: http://www.bpn.gov/ccr/scripts/index.html. The telephone number for CCR is 888-227-2423. A Site Visit will be planned for a date after release of the RFP; such date will be posted in the solicitation. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Address issues, concerns, and questions regarding this acquisition to the contracting officer. You may refer them to the Ombudsman if, after discussing them with the Contracting Officer, you feel that you are not effectively communicating with the Government. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The ASC Ombudsman is Mr. Howard E. Marks, Jr., ASC/AQ, 1755 11th St, Building 570, Room 101, Wright-Patterson AFB, OH 45433-7404 (Phone: 937-255-8642; E-Mail howard.marks@wpafb.af.mil). Please direct all questions concerning this acquisition to Ryan Huffman at 937-522-4617 or e-mail ryan.huffman@wpafb.af.mil. A Draft PWS is attached for your reference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0005/listing.html)
 
Record
SN02647739-W 20120105/120103233947-2820d049df7c45f6197c2d6861b66ab7 (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.