Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SOLICITATION NOTICE

H -- Annual Boiler Inspection

Notice Date
1/15/2025 7:30:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
DCSO RICHMOND DIVISION #1 RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SP4703-25-Q-0015
 
Response Due
1/29/2025 8:59:00 PM
 
Archive Date
02/13/2025
 
Point of Contact
JUSTIN JONES, Phone: 8042792096, Heesun Redmond, Phone: 8042792921
 
E-Mail Address
JUSTIN.1.JONES@DLA.MIL, heesun.redmond@dla.mil
(JUSTIN.1.JONES@DLA.MIL, heesun.redmond@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Please refer to Solicitation number SP4703-25-Q-0015 when responding to this requirement. This is a firm-fixed price award. This acquisition is set-aside for 100% small businesses. The North American Industry Classification System (NAICS) Code is 541350 and small business size standard is $11.5 Million. Department of Labor Wage Determination No.: 2015-4313 / latest Revision # applies to this requirement. Partial proposals will not be accepted. This requirement is to provide all labor, supervision, materials, parts, and services to perform certified inspections on boilers located at various facilities across DSCR. The government will be responsible for opening and cleaning of the boilers in preparation for the internal/external inspection and American Society of Mechanical Engineers (ASME) stamping certification that will be provided by the contractor. Boiler equipment details, locations, and inspection frequencies are provided at Attachment 1. All inspection details, calibration records, and any findings are to be documented and submitted to the contracting officer�s representative (COR), the contract specialist, and contracting officer (KO) within seven calendar days once inspections have been completed. Refer to attached Statement of Work (SOW) for details. Requirement must be completed as stated in the SOW. Performance period will be a 12-month base period plus four 12-month option periods. Base performance period is estimated to start or after March 3, 2025. Site visit is required prior to submission of quote. Site visit date and time: January 22, 2025, at 10:00AM EST Site visit request/facility access: contact Clarence Moore at Clarence.Moore@dla.mil or (804) 279-2482 The contractor must be registered in the System for Award Management (SAM) prior to award. SAM is the official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. If not already registered in SAM, go to www.sam.gov to register prior to submitting your proposal.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2857567fd1424293a71784275fe3d3ea/view)
 
Place of Performance
Address: Richmond, VA, USA
Country: USA
 
Record
SN07313501-F 20250117/250115230059 (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.