Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2015 FBO #4993
SOLICITATION NOTICE

J -- Preventive Maintenance,Inspection, and Repair of Cranes, Hoists, and Lifting Devices

Notice Date
7/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-15-T-0249
 
Response Due
8/24/2015
 
Archive Date
9/23/2015
 
Point of Contact
Rex M, Valdez, (443) 861-4750
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(rex.m.valdez2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Cranes, Hoists, and Lifting Equipment Service Maintenance and Repair Synopsis: This is a combined synopsis/solicitation for a 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. Quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. The solicitation number for this requirement is W91ZLK-15-T-0249. This requirement is being solicited as a Total Small Businesses Set Aside. The associated North American Industry Classification System (NAICS) Code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Government contemplates an award of a Firm-Fixed Price contract and will be based on the Lowest Priced Technically Acceptable (LPTA) offer. Description of Requirement: The intent of this requirement is to acquire Preventive Maintenance and Repair Services contract for the cranes, hoists, and lifting equipments located at the U.S. Army at Aberdeen Proving Ground, Maryland for a period of one year and two Option Years. For more specific information regarding this requirement, please refer to attachments. INSTRUCTIONS to OFFERORS: Technical Evaluation Criteria Offerors shall be evaluated for technical acceptability based on the following deliverables: 1. Technicians performing the task must show at least 2 year experience in handling various brands of cranes, hoists, and lifting devices (submit resume). 2. Contractor shall be able to respond to emergency calls within 24 hours. 3. Contractor shall show a minimum of two past contracts performed on cranes, hoists, and lifting devices maintenance and repair service. 4. Contractor must be a Small Business and is represented by NAICS Code 811310 with no exclusion record and not debarred from receiving Government Contract. SITE VISIT INFORMATION Place: 5183 Blackhawk Road, BLDG-E5106, Office #1 (ECBC Logistics BLDG) US Army Base Aberdeen Proving Ground MD (Edgewood Area) Date: August 12, 2015 (Wednesday) Time: 1300 (1PM EST) POC: Todd McKinney Tel# (410) 436-3712 or (443) 655-7451 For more information see attached ECBC Map, and Visitor Guide How to access Attachments on FBO From the main notice details, scroll down to quote mark Additional Info (Additional documentation) quote mark. Double click. Additional Informations: The quote registry attached shall be used as the format for submissions of all offers. All quotations must be signed, dated, and submitted via email to rex.m.valdez2.civ@mail.mil by 24 August 2015 at 4:00 p.m. Eastern Time. All offeror's shall fill-out Unit prices for each item numbers 0001AA through 0001AI, total cost quoted for item numbers and grand total cost of the contract. Partial quotes will not be evaluated. For Repair, please provide the labor rates on line items 0002A and 0003A on the quote registry. Attachments included are: Performance Work Statement, Quote Registry and Equipment listings. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online at the website link provided. For questions concerning this solicitation, contact Rex M. Valdez, Contract Specialist, via email at rex.m.valdez2.civ@mail.mil. All questions must be received by 20 August 2015 at 4:00 p.m. Eastern Time. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. The following Provisions and Clauses will be incorporated by: I- REFERENCE: FAR 52.204-7 System for Award Management FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.233-1 Disputes. FAR 52.237-1 Site Visit. FAR 52.242-15 Stop-Work Order AUG 1989 FAR 52.247-34 F.O.B. Destination DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. II- CLAUSES BY FULL TEXT. FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. ALT 1 FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (MAY 2015). FAR 52.217-8 Option to Extend Services. FAR 52.217-9 Option to Extend the Term of the Contract. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.243-1 Changes - Fixed-Price. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information. DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) III- LOCAL CLAUSES BY FULL TEXT: EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 SECURITY AREA BADGE REQUIREMENTS (Oct 2012) ACC-APG 5152.204-4900 USE OF CELL PHONES WHILE DRIVING (Oct 2012) ACC-APG 5152.204-4903 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT - ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (June 2013) ACC-APG 5152.237-4900 IDENTIFICATION OF CONTRACTOR EMPLOYEES (Oct 2012) ACC-APG 5152.237-4901
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/499ed72d36245356fecc3b0f4d8b3b23)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03810148-W 20150726/150724235552-499ed72d36245356fecc3b0f4d8b3b23 (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.