Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2013 FBO #4114
SOLICITATION NOTICE

J -- Shredder Maintenance and Repair - Performance Work Statement

Notice Date
2/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160, Building 29, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Solicitation Number
W911SG-13-T-9334
 
Archive Date
3/19/2013
 
Point of Contact
Dale Corey, Phone: 9153563074
 
E-Mail Address
dale.corey@jtfn.northcom.mil
(dale.corey@jtfn.northcom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 W911SG-13-T-9334 and is issued as a request for proposals. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. This requirement is a 100% Small Business Set Aside. The North American Industry Classification System (NAICS) Code for this requirement is 811212 with a corresponding Small Business Size standard of $$25.5M. The Mission Installation Contracting Command, Fort Bliss Installation Contracting Office, Fort Bliss, TX intends to award a firm-fixed price type contract. Requirements are as follows: The contractor shall provide shredder maintenance and repair (as needed) for the 17 units listed. The contractor shall provide parts, maintenance, labor and trouble calls on location at Joint Task Force - North in building #'s 11603, 11603D 11601 and the J2 Annex. The contractor shall be responsible for pickup/ return delivery back to JTF-N any shredder or shredder parts that cannot be repaired on location. Dahl, model 20612, Sn#GA00034, CA00024 Fellowes, model C-420HS, Sn# 270121996, 270133195, 270121997, 270121998 HSM, model 125.2, Sn# 270091623 Ideal, model 2601, Sn# 2442312 Ideal, model 2602 SMC, Sn# 2553458, 2567588 Ideal, model 2603/2 SMC, Sn# 2979921 Ideal, model 4011, Sn# 2021984 Ideal, model 2605 SMC, Sn# 4032688 Intimus, model 602, Sn# 671158.0061, 671158.0062, 671158.0063 SEM, model 5140C, Sn# 6069194 VENDOR PERSONNEL : This is a service support purchase; however, Vendor personnel providing product support shall be fully trained/certified and knowledgeable in all maintenance and repair of shredders listed above. Delivery shall be F.O.B Dest as indicated in Line Items. The Following clauses apply to this acquisition. FAR 52.212-1, Instructions to Offerors - Commercial Items, this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. 52.204-99 System for Award Management Registration, 52.252-2 Clauses Incorporated by Reference, 252.211-7003 Item Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving, 252.232-7000 Material Inspection and Receiving Report, 252.232-7010 Levies on Contract Payments, 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph (a) 252.225-7001, 252.247-7023, 2252.247 7023 ALT III, 52.222-50 Combating Trafficking in persons, 252.204-7003 Control of Government Personnel Work Product, 252.232-7006 Wide Area Work Flow Payment Instructions, 52.232-99 Providing Accelerated Payments to Small Business Subcontractors Local Clause 5152.233-4000 AMC Level Protest Program, 5152.209-4000 The full text of these provisions and clauses may be obtained by accessing http://www.acq.osd.mil/dpap/dars/index.html or http://www.arnet.gov. The following Local Clause also applies: 5152.233-4000, AMC-Level Protest Program (Sep 2011) 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, 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 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 33.10. If you want to file a protest under the 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. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 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 AMC-Level Protest Procedures. (End of Provision) The offeror must be actively registered in the Central Contractor Registration (CCR) database and the On-Line Certifications and Representations Application (ORCA) database to be considered for award. The website for CCR and ORCA is http://www.ccr.gov and https://orca.bpn.gov. Offers will be evaluated in accordance with 52.212-2 Evaluation -- Commercial Items (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) Technical capability of the items to meet the Government requirement; (2) Price; (3) Past Performance. Technical capability and past performance, when combined, are approximately equal to price. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision). Proposals are due by March 7, 2013, 10:00 am MST; by email to Victoria.floyd@jtfn.northcom.mil. Questions or concerns shall be directed to Victoria Floyd, Contract Specialist, via e-mail Victoria.floyd@jtfn.northcom.mil, questions due no later than March 5, 10:00 am MST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/W911SG-13-T-9334/listing.html)
 
Place of Performance
Address: Joint Task Force – North in building #’s 11603, 11603D 11601 and the J2 Annex., Fort Bliss, Texas, 79918, United States
Zip Code: 79918
 
Record
SN02995859-W 20130228/130226234114-820125039438f36795f29e479fcf2601 (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.