Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2021 SAM #7099
MODIFICATION

J -- Material Handling Equipment Maintenance Joint Base San Antonio, TX

Notice Date
5/7/2021 12:01:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA8052 773 ESS PK SAN ANTONIO TX 78226-1720 USA
 
ZIP Code
78226-1720
 
Solicitation Number
FA805221Q0005
 
Response Due
5/25/2021 10:00:00 AM
 
Archive Date
06/09/2021
 
Point of Contact
Jacqueline Davis, Phone: 2103959393, TSgt Benjamin DeHart, Phone: 2103959199
 
E-Mail Address
jacqueline.davis.17@us.af.mil, benjamin.dehart@us.af.mil
(jacqueline.davis.17@us.af.mil, benjamin.dehart@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Material Handling Equipment Maintenance Date: 7 May 2021 Title: Material Handling Equipment Maintenance Joint Base San Antonio, Lackland Request for Quote (RFQ)/ Solicitation Number: FA8052-21-Q-0004 Closing Response Date: 25 May 2021 at 12:00 PM CDT (local San Antonio TX time) Primary Contact Point(s): Jacqueline Davis Contract Specialist Commercial Phone: (210) 395-9393 Email: jacqueline.davis.17@us.af.mil Contact Point(s): Benjamin DeHart, Contracting Officer Commercial Phone: (210) 395-9199 Email: benjamin.dehart@us.af.mil NOTE: We are currently Teleworking and Email is the Primary Contact for this RFQ. Subject Line of Email should state as follows: Quote (RFQ)/ Solicitation Number: FA8052-21-Q-0004_Name of Your Company Please address Email to both Contract Specialist and Contracting Officer. Description: This is a combined synopsis/solicitation for commercial services 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. In accordance with FAR part 5.101 and FAR part 13.106 - a solicitation for the Material Handling Equipment Maintenance Joint Base San Antonio Lackland, TX requirement will be posted on beta.Sam.gov for a period of time which allows offerors sufficient time to prepare Quotes. Potential Offerors are advised to review and address this combined synopsis/solicitation and all attachments that include the SOW dated 22 January 2021 and all applicable provisions and clauses. FAILURE TO PROVIDE ANY REQUIRED INFORMATION MAY RESULT IN AN OFFER BEING DETERMINED INELIGIBLE FOR AWARD. 1. Introduction. This requirement shall be competed as a Total Small Business set-aside under NAICS 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a size standard of $8 million, as a Lowest Price Technically Acceptable (LPTA) tailored IAW FAR 13.106-2. All qualified total small businesses under this NAICS code are encouraged to submit a quote. The Department of the Air Force, Air Force Installation Contracting Center (AFICC), 773d Enterprise Sourcing Squadron (ESS) has aPage 1 requirement for Material Handling Equipment Maintenance Joint Base San Antonio Lackland, TX per Attachment 1, Statement of Work (SOW) dated 22 January 2021. 2.Requirement. This requirement is a non-personal services contract to support the Air ForceMedical Readiness Agency (AFMRA) and Medical Logistics Warehouse operations located inJoint Base San Antonio Lackland, TX; The scope of the services is outlined in the SOW. Thiscontract supports multiple types of Material Handling Equipment (MHE), identified in AppendixA, which are housed and utilized at Joint Base San Antonio Lackland, TX. Preventive and repairmaintenance programs are essential to operate the equipment as designed by the manufacturer.The overall objective of this contract is to establish reliable maintenance services of MHE tosustain AFMRA/SGMW, Medical Logistics Industrial Operations. The contract will consist ofmultiple CLINs for FFP scheduled maintenance as well as Time and Materials (Not to Exceed) forunscheduled maintenance. Scheduled maintenance services shall be provided quarterly. ScheduleB contains CLINS series 000X, 100X and 200X to reflect base year plus two option years. Quotesmust include aggregate total of base plus all option year CLINS on Schedule B (IAW52.217-5 Evaluation of Options). All Quotes shall conform to the Contract Line Item Number(CLIN) structure of the attached Schedule B. 3.Period of Performance. The Period of Performance (POP) is for one 12-month base period ofperformance and two (2) 12-month option periods. The entire period of performance for this contractaction shall not exceed 36 months.a.Note, IAW FAR 17.206, the Contracting Officer shall evaluate offers for option periods containedin the solicitation when it is likely the Government will exercise options. And, IAW FAR 52.217-8,rates may only be adjusted as a result of revisions to prevailing labor rates provided by the Secretaryof Labor. Estimated Schedule � � � � � � � � � � � � � � � � � � �POP Start� � � � � � � � � � � � � � � � � � � � � �POP End Base Period� � � � � � � � 15 Jun 2021� � � � � � � � � � � � � � � � � � � �14 Jun 2022 Option Period 1� � � � � �15 Jun 2022� � � � � � � � � � � � � � � � � � � �14 Jun 2023 Option Period 2� � � � � �15 Jun 2023� � � � � � � � � � � � � � � � � � � �14 Jun 2024 Questions: The Government will accept questions concerning solicitation number FA8052-21-Q- 0004 until 12 May 2021 at 10:00 AM Central Time. Email your questions to jacqueline.davis.17@us.af.mil and benjamin.dehart@us.af.mil. Any questions received after this date and time need not be considered. Quote Due Date: Quotes must be submitted electronically to the Contract Specialist, Ms. Jacqueline Davis, via e-mail to jacqueline.davis.17@us.af.mil and Contracting Officer at benjamin.dehart@us.af.mil. Quotes must conform to the requirements of this solicitation and be received no later than 25 May 2021 at 12:00 PM CDT (local San Antonio TX time). It is the responsibility of the offeror to ensure that the quote and its attachments are received. Any quotes received after designated closing date and time will be considered �Late�. Notice to Offeror(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no�obligation to reimburse an offeror for any costs. Respondent understands and agrees that it submits its quote at its own risk and expense, and releases 773 ESS/PK from any claim for damages or other liability arising out of the posting process. 773 ESS/PK shall not be liable for any errors in offeror's response. Offeror is responsible for careful review of its entire response to ensure that all information is correct and complete. Offerors are liable for all error or omissions contained in their responses. All informational material submitted in response to this posting becomes the property of 773 ESS/PK and shall not be returned. Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 45 days from the date specified for receipt of offers. Also include in quote that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD) has mandated the use of WAWF. All invoices shall be submitted using Wide Area Work Flow (WAWF). To get more information about how to register for WAWF contractors can go to the following web site and download the Contract Pay information: https://www.dfas.mil/contractorsvendors.html Firms submitting a quote subsequent to the solicitation described herein, MUST be registered in the System for Award Management (SAM) database. Information to register on SAM can be found at the web site, http://www.sam.gov or https://beta.sam.gov/content/home. List of Attachments: 1)Statement of Work (SOW) dated 22 January 2021 2)Pricing Schedule B 3)Contract Data Requirements List (CDRL)_ CDRL A001 4)Clauses and Provisions; Representations, Certification, and other Statements of Offerors;Instructions to Offerors and Evaluation Criteria FAR 52.212-1 and FAR 52.212-2 5)52.204-24 Representation Regarding Certain Telecommunications and Video SurveillanceServices or Equipment. 6)Appendix A, Material Handling Equipment Inventory List
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d66a8a1ba1a249119bdae1be01be4f8a/view)
 
Place of Performance
Address: San Antonio, TX 78226, USA
Zip Code: 78226
Country: USA
 
Record
SN05994887-F 20210509/210507230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.