Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2024 SAM #8389
SOLICITATION NOTICE

Z -- Pure Water System Maintenance

Notice Date
11/13/2024 1:12:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
1333ND25RNB190007
 
Response Due
11/25/2024 12:30:00 PM
 
Archive Date
12/10/2024
 
Point of Contact
Derrick Fletcher, Tony Schmidt
 
E-Mail Address
derrick.fletcher@nist.gov, tony.schmidt@nist.gov
(derrick.fletcher@nist.gov, tony.schmidt@nist.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation NOTICE Solicitation Number: 1333ND25RNB190007 Title: Generator Preventative Maintenance and Emergency Repair Services at the Gaithersburg Campus located in Gaithersburg, MD (Multiple Building Locations) Agency/Office: National Institute of Standards & Technology Location: National Institute of Standards and Technology, Gaithersburg Campus, 100 Bureau Drive, Gaithersburg, MD 20899, Building 101 Classification Code: Z1JZ - MAINTENANCE OF MISCELLANEOUS BUILDINGS NAICS Code: 221310 � Water Supply and Irrigation Systems Description(s): This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR 13.105, utilizing the format in subpart 12.603, 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 National Institute of Standards & Technology (NIST) intends to issue a Request for Proposal (RFP) for Generator Preventative Maintenance and Emergency Repair Services at the Gaithersburg Campus in Maryland. This acquisition is for a performance-based contract, solicited, evaluated, awarded, and administered using the Commercial Item procedures of FAR Part 12 and FAR Part 13, for management, supervision, labor, materials, equipment, and supplies. The contractor under the resulting contract will be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and minor repairs of equipment and systems located within the property line of the aforementioned federal building. The Government anticipates awarding a single Firm-Fixed Price contract with contract line items for recurring services and with corrective maintenance service and emergency service contract line items for additional and above standard services. Additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the covered facilities, but not covered in the basic services of the contract (i.e. under the firm-fixed price contract line items). This will be a Performance-Based Service Contract, which means that the NIST will provide a Performance Work Statement (PWS) which will state the requirements in terms of performance standards and the Contractor will provide a proposal that will demonstrate how they will meet those standards. This procurement is posted to promote competition to the maximum extent practicable in accordance with FAR 13.104 using a NAICS code of 221310. This procurement is a competitive, total small business set-aside in accordance with FAR 19.502-2. The NAICS code for this project is 221310, �Water Supply and Irrigation Systems,� and the size standard is $41.0 Million. This procurement is being solicited and awarded on a competitive basis for commercial services pursuant to Part 12 and FAR Part 13 of the Federal Acquisition Regulation. Award of the Contract will be made to the proposal offering the Best Value to the Government and based upon the evaluation factors and evaluation scheme to be detailed in the Request for Proposals. Past Performance will be among the evaluation factors for award. The anticipated period of performance is a 1-year base period from December 1, 2024 through November 30, 2025 with four (4) 1-year option periods. A FAR 52.217-8 extension Option is also be included. The solicitation (in the form of a Request for Proposals or �RFP�) is anticipated to be posted Tuesday, November 12, 2024. A Site Visit is not anticipated for this requirement. Submission of questions are due Friday, November 15, 2024, No Later Than 12:00 pm EST. The Proposal Due Date is Monday, November 25, 2024, No Later Than 3:30 pm EST. Award is anticipated to be on or about November 30, 2024, with services starting on December 1, 2024. The solicitation will be available to download via this website only (https://www.sam.gov/). The offeror is responsible for downloading its own copy of the RFP and associated documents. It is the responsibility of each offeror to monitor https://www.sam.gov/ for any amendments or other information related to this solicitation. National Institute of Standards and Technology Gaithersburg Campus, Building 101 100 Bureau Drive Gaithersburg, MD 20899 The incumbent contractor is: RASCOE, ESI 1635 Woodside Drive Suite 2 Woodbridge, Virginia 22191
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f4e2efaa3e74a22a2d75d3a354ba581/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07263449-F 20241115/241113230105 (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.