Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2017 FBO #5843
SOLICITATION NOTICE

W -- Forklift Rental and Maintenance - Performance Work Statement

Notice Date
11/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bliss, ATTN: ATZC-DOC, Bldg 201, Club Road, Fort Bliss, Texas, 79916-6812, United States
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-18-Q-0001
 
Point of Contact
Bianca Litano Rogan, Phone: 955687734
 
E-Mail Address
bianca.l.rogan.civ@mail.mil
(bianca.l.rogan.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CLIN Structure Clauses Performance Work Statement Solicitation Number: W911SG-18-Q-0001 Notice Type: Combined Synopsis/Solicitation Synopsis: Forklift Rental and Maintenance at McGregor Range base camp, Westbrook Range, Biggs Army Airfield, and various locations at Ft Bliss. Solicitation Number: W911SG-18-Q-0001 Agency: Department of the Army Office: Mission and Installation Contracting Command (MICC) Fort Bliss Location: Fort Bliss, Texas 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number: W911SG-18-Q-0001 This notice shall be considered a Request for Quote (RFQ). The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC 2005-89. This requirement is a 100% Women Owned Small Business set-aside and only qualified offerors may submit quotes. The North American Industry Classification System (NAICS) code for this acquisition is 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing with a size standard of $32.5 Million. Offerors must be registered under NAICS code 532490 at the time of proposal. System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION). Contract Type: The Government contemplates award of the following contract type: Firm-fixed-price (FFP). Period of Performance: Base PoP: 13 January 2018 to 12 January 2019 Option 1: 13 January 2019 to 12 January 2020 Questions regarding this Request for Quote should be directed to the Purchase Agent via E-mail. For this acquisition, the Purchasing Agent is Ms. Bianca Rogan at bianca.l.rogan.civ@mail.mil. Questions must be submitted no later than 01 December 2017 at 1:00 PM MST, in writing, via email. All quotes shall be received on or before 1:00 PM MST on 11 December 2017 via email to Ms. Bianca Rogan at bianca.l.rogan.civ@mail.mil. Only quotes submitted via E-mail to point of contact will be accepted and evaluated. The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W911SG-18-Q-0001. For example, the subject of your email should be similar to the following: "Quote Submission by Company XXX, Solicitation Number W911SG-18-Q-0001;" or "Company XXX Question Regarding Solicitation Number W911SG-18-Q-0001." File names shall not have special characters or periods (other than to identify the extension, such as.pdf,.doc, etc.) as files may be blocked and deleted by email firewalls. IT IS THE CONTRACTOR'S RESPONSIBILITY TO ENSURE COMPLETE DELIVERY OF QUESTIONS AND/OR QUOTES, AND ATTACHMENTS, IF ANY. This RFQ includes the following sections and attachments: Section 1: Commercial Item Terms and Conditions Section 2: Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items Section 3: Addendum to FAR 52.212-2, Evaluation - Commercial Items Section 4: FAR 52.217-8, Option to Extend Services Section 5: Instructions to Offeror Attachment 1: PWS/PRS/Deliverables Attachment 2: Clauses/Provisions Attachment 3: CLIN Schedule Section 1: Commercial Item Terms and Conditions The offeror must comply with the following commercial item terms and conditions: Submission requirements for all offerors are identified by addendum on FAR Clause 52.212-1. Offeror is directed to pay special attention to FAR Clause 52.212-1 and 52.212-2 when submitting the quote. The provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition (see Addendum in section 2). The provision 52.212-2, Evaluation - Commercial Items, applies to this procurement. Offerors are reminded to complete Offeror Representations and Certifications on-line at https://www.sam.gov/portal/public/SAM/ prior to submitting an offer as required in provision 52.212-3. See attachment 2 for a complete list of clauses/provisions. Section 2: Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items Instructions for Submitting Your QUOTE. 1. The Offeror's quote will be evaluated using the criteria under Addendum to Clause 52.212-2, "Evaluation Factors for Award." Noncompliance with the Request for Quote (RFQ) requirements may hamper the Government's ability to properly evaluate the quote and may result in elimination of the quote from further consideration for contract award. 2. Offeror must identify the RFQ number in the Subject Line of the email and should include "# of #" if multiple emails are required for submission of entire quote. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt. 3. If an Offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the Offeror shall immediately notify the Purchase Agent in writing with supporting rationale. 4. All referenced documents for this solicitation are available on the FBO website at https://www.fbo.gov/. Potential Offerors are encouraged to subscribe for real-time email notifications when information has been posted to the website for this solicitation. 5. Utilizing Attachment 3 entitled, CLIN Schedule, the offeror shall fill-in the Unit Price, Amount and Net Amount. 6. The offeror shall include the clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS from the RFQ, and ensure it is thoroughly completed with all blocks in each certification/representation completed truthfully and completely. 7. Statement that the quote shall remain valid for 30 days. 8. The offeror must fill out FAR Clause 52.204-3 and provide it at the time of proposal. Section 3: Addendum to FAR 52.212-2, Evaluation - Commercial Items 1. 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. Award will be made to the offeror with satisfactory past performance whose offer is the lowest priced technically acceptable offer. To be technically acceptable an offer must demonstrate, by descriptive literature or otherwise, that it will comply with all terms and conditions of the solicitation, including all specifications for the Forklifts and a management plan for Forklift Maintenance. 2. 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. Section 4: FAR 52.217-8, Option to Extend Services 1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. Section 5: Instructions to Offeror Contractors shall submit a proposal that meets all requirements within the PWS to include a defined Management Approach for meeting the required services requested in the solicitation. 1. The Offeror shall outline its general management approach that will meet or exceed all of the PWS requirements. The offeror shall provide a narrative and supporting material necessary for the Government to fully understand proposed contract operations. The proposal shall demonstrate that the offeror understands the overall scope of services in order to optimize responsiveness, timeliness, efficiency, and effectiveness of services rendered. The offeror's proposal shall include, at a minimum: (a) Management techniques or procedures necessary to support the Performance Work Statement (b) Percentage of work to be performed by prime as well as percentage of work to be performed by sub-contractor. (c) Approach for managing routine maintenance as well as emergency repairs. (d) The offerors methodology for managing manpower, facilities, and equipment required and the utilization of personnel, equipment, and material resources for performing tasks.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ce3ec9c38e459bf13883b03d9e5459b2)
 
Place of Performance
Address: Fort Bliss, Texas, 79916, United States
Zip Code: 79916
 
Record
SN04744998-W 20171122/171120230948-ce3ec9c38e459bf13883b03d9e5459b2 (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.