Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2022 SAM #7428
SOLICITATION NOTICE

J -- Camp Gruber Fire Department Emergency Vehicles (5)

Notice Date
3/31/2022 7:06:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W7NV USPFO ACTIVITY OK ARNG OKLAHOMA CITY OK 73111-4398 USA
 
ZIP Code
73111-4398
 
Solicitation Number
W912L6-22-Q-0002
 
Response Due
4/14/2022 12:00:00 PM
 
Archive Date
04/29/2022
 
Point of Contact
Harvetta Taylor, Phone: (405) 228-5168
 
E-Mail Address
harvetta.r.taylor.civ@army.mil
(harvetta.r.taylor.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS / SOLICITATION: CAMP GRUBER FIRE DEPARTMENT,�EMERGENCY VEHICLES � FIRE TRUCKS (5) ANNUAL INSPECTIONS, TESTING, PREVENTIVE MAINTENANCE, AND REPAIRS 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912L6-22-Q-0002 and is issued as a Request For Quote (RFQ) in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, using the procedures of FAR Part 13, Simplified Acquisition Procedures, and FAR Part 37, Service Contracting. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition�Circular (FAC) 2021-06 dated July 12, 2021. The FAC and FAR are available at https://www.acquisition.gov/FAR.� This combined synopsis/solicitation is a 100% Small Business set-aside under NAICS Code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a U. S. Small Business Administration (SBA) size standard of $8 million dollars. This requirement currently has no Defense Priorities and Allocations System (DPAS) rating. The award is subject to the Service Contract Act, Wage Determination OK 2015-5319, Revision 16 dated 12/27/2021. Upon submission of proposals, the Offeror must have a current and active registration in the System for Award�Management (SAM) database at website https://sam.gov. Questions shall be submitted via email not later than February 23, 2022 by 2:00 P.M. Central Standard Time (CST) to Harvetta Taylor at harvetta.r.taylor.civ@army.mil not later than (NLT) February 23, 2022 at 2:00 P.M. CST. No phone calls. Proposals shall be submitted on or by March 15, 2022 at 2:00 P.M. Central Standard Time (CST). Electronic submissions are to be emailed to Harvetta Taylor at harvetta.r.taylor.civ@army.mil . It is the Offeror�s responsibility to ensure all proposal documents are received by Harvetta Taylor prior to the close date and time of the solicitation. The Government intends to award a single Firm-Fixed-Price (FFP) Blanket Purchase Agreements (BPA) resulting from this RFQ to the responsible Offeror whose proposal, conforms to the RFQ, will be most advantageous to the Government considering technical capability and price. The awarded contractor will be responsible for providing all necessary labor, materials, supplies, equipment, supervision, and incidentals for the annual inspections, preventive maintenance, and repairs of five (5) emergency vehicles (fire trucks) located at the Camp Gruber Training Site, Braggs, OK in accordance with the Performance Work Statement (PWS) and the U.S. Department of Labor Service Contract Labor Standards Wage Determination. The BPA will have an ordering period of five (5) year, conditionally, as long as the requirement exists and funding is available. Proposals will be evaluated in accordance with the Offeror�s technical acceptability and price reasonableness. Offerors shall submit a proposal that addresses their capability in accordance with the Technical Evaluation Criteria and the Performance Work Statement (PWS). The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are advised to complete all the �Fill-Ins� of the full text provisions. �Offerors submissions will not be considered for evaluation, if the fill-ins are not completed by the Offeror as part of the proposal packet.� The Offeror�s submission will be deemed non-responsive if the provisions/clauses are not complete. The Government intends to award without discussions. The Government will not reimburse any costs incurred in relation to the proposal preparation for this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7ed9ec3b7bae4070a1a633cae20a73f8/view)
 
Place of Performance
Address: Braggs, OK, USA
Country: USA
 
Record
SN06285474-F 20220402/220331230105 (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.