Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2015 FBO #4795
SOLICITATION NOTICE

Z -- Fire Suppression Systems Inspection, Testing, Maintenance, and Repair, Fort Wainwright and Donnally Training Area, Alaska (FTW385)

Notice Date
1/8/2015
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-15-R-0020
 
Archive Date
3/12/2015
 
Point of Contact
Ronald K. Jackson, Phone: 9077535596, Donna L. West, Phone: 9077532761
 
E-Mail Address
ronald.k.jackson@usace.army.mil, donna.l.west@usace.army.mil
(ronald.k.jackson@usace.army.mil, donna.l.west@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION: Project: FTW385 Fire Suppression Systems Inspection, Testing, Maintenance, and Repair, Fort Wainwright and Donnally Training Area, Alaska. Notice Type: Pre-Solicitation Notice Solicitation Number: W911KB-15-R-0020 Posted Date: 8 January 2015 Original Response Date: 25 February 2015 Original Archive Date: Current Archive Date: Classification Code: Z - Maintenance Set Aside: N/A NAICS Code: 238220 Size Standard: $15M CONTRACT INFORMATION: This is a pre-solicitation notice for a Request for Proposal (RFP) for Fire Suppression Systems Inspection, Testing, Maintenance, and Repair, Fort Wainwright and Donnally Training Area, Alaska (FTW385). This acquisition is advertised as unrestricted, full and open competition. A solicitation is expected to be issued on or about 23 January 2015 and proposals due on or about 25 February 2015. Contract award will be based on the best overall value to the Government considering the non-price factors described in the RFP and price. The Government will evaluate proposals in accordance with evaluation criteria specified in the RFP, FAR Part 15, and will utilize the tradeoff process described in FAR 15.101-1. Any resulting contract will be firm fixed price with elements of time and materials concerning service calls and parts. The anticipated Notice to Proceed date is 10 April 2015. This services contract will be awarded with one (1) base year, and three (3) option years. Offerors are advised that a contract resulting from this solicitation is subject to the availability of funds and may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. Should Congress not appropriate funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All contractors are advised that they must be registered in the System of Award Management (SAM) (https://www.sam.gov/). Joint ventures must also be registered in SAM as a joint venture. We advise contractors to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an offeror ineligible for award. PROJECT INFORMATION: The selected contractor is required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to perform preventive inspection, testing, maintenance, and if necessary repair work for fire suppression systems of various manufacturers at Fort Wainwright, Alaska (FWA) and Donnelly Training Area (Bolio Lake/Black Rapids) to ensure fire suppression system serviceability and proper operation. The proposal schedule will include additional work for option years; however, there is no guarantee the options will be exercised. The estimated dollar magnitude of this project for the base and option years combined is anticipated between $1,000,000 and $5,000,000. The performance period will be approximately 365 calendar days (base year), with three (3) option years. Bid, payment, and performance bonds are not required for services contracts. SELECTION CRITERIA: This acquisition will evaluate offerors considering the following factors: Performance Capability (to include Specialized Experience, Organization/Technical Approach and Past Performance), Small Business Participation and Price. The overall evaluation of the non-price factors is considered slightly more important than price. OBTAINING THE SOLICITATION: The solicitation, including plans and specifications, will be available electronically from FedBizOpps website (www.fbo.gov). On the FedBizOpps website, vendors will need to utilize the Vendor Opportunities Search function and enter this solicitation number to Search by Solicitation/Award Number. The solicitation and any future amendments to the solicitation will be available for download via FedBizOpps website. All responsible sources may submit an offeror in the form and format of the solicitation which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the offeror's responsibility to check for any posted changes to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-15-R-0020/listing.html)
 
Place of Performance
Address: Fort Wainwright and Donnally Training Area, Fort Wainwright, Alaska, 99703, United States
Zip Code: 99703
 
Record
SN03611246-W 20150110/150108234423-c107c1f2aca4369eb2ae389493d16a99 (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.