Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
SOLICITATION NOTICE

J -- HVAC Maintenance - Justification to Restrict Competition - Wage Determination - Performance Work Statement (PWS) - Provisions & Clauses

Notice Date
8/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 102 MSG/MSC, MA ANG, 158 REILLY STREET, RM 228, BOX 8, OTIS ANG BASE, Massachusetts, 02542-5028, United States
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV18Q6016
 
Archive Date
9/7/2018
 
Point of Contact
Kirk B. Wetherbee, Phone: 5089684977, Kerry A. Wells, Phone: 5089684978
 
E-Mail Address
kirk.b.wetherbee.mil@mail.mil, kerry.a.wells2.civ@mail.mil
(kirk.b.wetherbee.mil@mail.mil, kerry.a.wells2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions & Clauses A01 PWS Annex A_HVAC Equipment Performance Work Statement (PWS) Wage Determination Justification to Restrict Competition 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; offers are being requested and a written solicitation will not be issued. The solicitation number assigned to this announcement is W912SV-18-Q-6016. This solicitation is issued as unrestricted; the associated North American Industry Classification System (NAICS) code is 238220 and size standard is $15 Million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-99 effective 16 Jul 2018 and DFARS Publication Notice 20180629 effective 29 Jun 2018. 1. Services non-personal. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform the following: LINE ITEM 0001: BASE YEAR HVAC Quarterly Preventative Maintenance in accordance with Performance Work Statement (PWS). QUANTITY: 4 EA (quarters) LINE ITEM 0002: BASE YEAR On-Site Services in accordance with Performance Work Statement (PWS). QUANTITY: 16 HRS (price per hour) LINE ITEM 0003: BASE YEAR Contractor Manpower Reporting (CMR) in accordance with PWS. QUANTITY: 1 EA LINE ITEM 1001: OPTION YEAR ONE HVAC Quarterly Preventative Maintenance in accordance with Performance Work Statement (PWS). QUANTITY: 4 EA (quarters) LINE ITEM 1002: OPTION YEAR ONE On-Site Services in accordance with Performance Work Statement (PWS). QUANTITY: 16 HRS (price per hour) LINE ITEM 1003: OPTION YEAR ONE Contractor Manpower Reporting (CMR) in accordance with PWS. QUANTITY: 1 EA //END LINE ITEMS// 2. EVALUATION FACTORS: This requirement is intended to be awarded as a single, firm-fixed price utilizing procedures in FAR Part 13, Simplified Acquisition Procedures. The contract will be made on the basis of best value to the Government, pricing information and other factors considered. Selection will be based on the following evaluation factors (FAR 52.212-2): (1) Price, and (2) Past Performance. Evaluation factors will be weighed equal. a. Each offeror shall submit the following: Best and final price as this requirement will be awarded without discussions, and Past Performance Information on at least three (3) contracts performed within the last five (5) years for services comparable to the government's requirement, and. Offerors are authorized to provide information on problems encountered on the referenced (identified) requirements to include corrective actions taken by the offeror as remedy. Offerors are cautioned that the Government will use data provided by each offeror in the evaluation of past performance. The information must include: i. Contract Number ii. Company Name and Address iii. Company Point of Contact, including phone number and/or email address iv. Type of service performed v. Estimated Contract Value 3. ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. 4. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached provisions and clauses document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. Provisions and clauses applicable to this requirement can be viewed on attachment "A07 Provisions & Clauses." 5. SUBMITTAL REQUIREMENTS: In addition to submitting your quote and past performance information, please include the following: Company Name, Address, Point of Contract information, Cage Code, DUNS Number, Federal Tax ID, Business size, and Payment Terms. 6. Quotes (to include Submittal Requirements mentioned above) must be submitted via email no later than (NLT) the date and time specified to kirk.b.wetherbee.mil@mail.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and is submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kirk.b.wetherbee.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV18Q6016/listing.html)
 
Place of Performance
Address: 102d Intelligence Wing, Otis ANGB, Massachusetts, 02542, United States
Zip Code: 02542
 
Record
SN05035965-W 20180816/180814231208-9b1806fd6a8ea8ab693c95fabe40270d (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.