Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2016 FBO #5185
MODIFICATION

35 -- Vertical Wind Tunnel (Free Fall Simulator) Maintenance

Notice Date
2/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-16-R-0002
 
Response Due
11/24/2015
 
Archive Date
4/29/2016
 
Point of Contact
Ryan E. Rivas, Phone: 2134523310
 
E-Mail Address
ryan.e.rivas@usace.army.mil
(ryan.e.rivas@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Contractor shall furnish all labor, material, parts, tools, supervision, and transportation necessary to provide preventive maintenance, inspections, adjustments and repair services to the Freefall Simulator, Building 2590 Baranca Road, Yuma Proving Grounds, AZ 85365 in strict compliance with equipment Operation and Maintenance Manuals, commercial practices, and manufacturer specifications. The Government maintains the Operation and Maintenance Manuals at the Freefall Simulator and will provide the Contractor full access to the manuals. The Contractor shall accomplish the required services between the hours of 7:30 a.m. and 4:00 p.m., Monday through Friday. The Contractor shall perform semiannual, annual, bi-annual, and five-year preventive maintenance to maintain the freefall simulator in fully operational condition. Within 10 days of contract award, the Contractor shall submit an annual maintenance schedule to the COR for review and approval. The preventive maintenance services shall be in accordance with (IAW) commercial practices or manufacturers specifications and shall be intended to maintain the freefall simulator in a safe and reliable operating condition until the next scheduled maintenance. The contractor shall perform the semiannual preventive maintenance twice during each year (1st Quarter, Jan - Mar and 4th Quarter, Oct - Dec). The contractor shall perform the annual preventive maintenance once a year and concurrent with the final semiannual preventive maintenance during each POP. The contractor shall perform the bi-annual preventive maintenance once a year and concurrent with the final semiannual preventive maintenance during each POP. The contractor shall perform the five year preventive maintenance once every five year (baseline is manufacturing date January 2014) and concurrent with an annual preventive maintenance and the final bi-annual preventive maintenance during each Period of Performance. The Contractor shall provide a crane as necessary to support the preventive maintenance services or repairs. THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE PROCUREMENT. This will be a Competitive Request for Proposal (RFP),using BEST VALUE LOWEST PRICE TECHINICALLY ACCEPTABLE (LPTA) procedures, resulting in a firm fixed price contract. The proposals will be evaluated on the following tentative factors: Experience on Similar Projects, Past Performance on Recent/Relevant Projects, Technical Approach, Schedule, and Corporate Management Structure. Both a technical and a price proposal will be required. It is the Government's intent to award based on initial offers without discussions; therefore, the offeror(s) shall provide their best technical and price proposals. There will be one pricing schedule for this project. Estimated duration of the project is 365 calendar days, which may inlcude option years. This procurement will be conducted under FSC CODE: S216, NAICS Code: 561210. The size standard for this code is $38,500,000. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. The solicitation will be available on or about February 25, 2016. All proposals will be due on or about March 29, 2016 at 2:00 P.M. PDT. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. This is to notify all potential offerors: Solicitation No. W912PL-16-R-0002 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD Roms, Floppy Disks, Faxes, or Paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from FBO will require prior registration in System for Award Management (www.sam.gov). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, and e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be System for Award Management (SAM) registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-R-0002/listing.html)
 
Place of Performance
Address: Yuma Proving Gronds Building 2590 Baranca Road Yuma AZ
Zip Code: 85365
 
Record
SN04006492-W 20160203/160201234550-71d1d34562203c2004f68e199710543b (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.