Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOLICITATION NOTICE

J -- Repair/Maintenence Fitness Equipement

Notice Date
6/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-F3S3496116A100
 
Response Due
6/30/2006
 
Archive Date
7/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The 375th Contracting Squadron at Scott AFB IL, is contemplating an award for maintenance and repair for the fitness and strength equipment at the Fitness Center and James Sports Center at Scott AFB IL for the period of 1 October 2006 to 30 September 2007. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS RFQ. THE GOVERNMENT MAY CANCEL THIS RFQ AT ANY TIME IF FUNDS DO NOT BECOME AVALABLE. IF FUNDS DO BECOME AVAILABLE THE GOVERNMENT INTENDS TO ISSUE AN ORDER TO THE VENDOR WHO SUPPLIED THE SUCCESSFUL QUOTE. AWARD WILL BE CONTINGENT UPON THE AVAILABILTIY OF FISCAL YEAR (FY) 2007 FUNDS. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation reference number is F3S3496116A100 and it is being issued as a request for quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09, Effective 19 May 2006 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 200600519 Edition (iv) This acquisition is 100% set-aside for small business under North American Industry Classification System (NAICS) code 811310. The small business size standard is $6.5 million. (v) CLIN(s): Contractor will provide all labor, tools, equipment (small nuts and bolt type items), materials and transportation necessary to provide any equipment repairs and monthly maintenance per manufacturer?s recommendation on the attached list of equipment. LINE ITEM QTY UNIT OF ISSUE UNIT PRICE EXTENDED 0001 12 MO $___________ $__________ Note: Provide CLIN pricing on attached RFQ (vi) Description of requirements for the items to be acquired: Contractor will provide all labor, tools, equipment (small nuts and bolt type items), materials and transportation necessary to provide any equipment repairs and monthly maintenance per manufacturer?s recommendation on the attached list of equipment. All parts, to include but not limited to, machine belts, computer panels, pedals, seats, etc. will be identified to the government point of contact and processed as a separate requirement. The contractor shall perform preventive maintenance on a weekly basis on or around the same time each week (4 Days per week), Monday and Wednesday at the James Sports Center, and Tuesday and Thursday at the Fitness Center. Due to the nature of the facilities and the time the equipment is being used preventive maintenance may need to be performed during non-operating hours, this will be coordinated with the POC. The contractor is required to present a service ticket stating what time preventive maintenance began and when completed. Also, to include what preventive maintenance was required for each piece of equipment. The contractor will respond within 24 hours for unscheduled service calls. Unscheduled service calls can be performed during normal operating hours. The contractor will sign in and out of the maintenance logbook for each facility when maintenance and repairs are performed. The contractors scheduled work will be coordinated with the POC, or a designated representative from each facility. The POC or the designated representative will be the inspector/acceptor of all work performed. POC will coordinate with Security Police for vendor vehicle pass and entry into facilities. Facility operating hours are as follows and are subject to change. James Sports Center Monday thru Friday 6:00 AM to 11:00 PM Saturday and Sunday 8:00AM to 6:00 PM Holidays 8:00 to 6:00 PM Fitness Center Monday thru Friday 4:30 AM to 7:00 PM Saturday 0900-1300 Sunday and Holidays closed (vii) Performance Period is 1 October 2006 to 30 September 2007. Location is Scott AFB IL. Delivery and acceptance are FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda to FAR 52.212-1 also applies: A. Documents submitted in response to this RFP must be fully responsive to and consistent with the following: 1. Requirements of the RFP (Contract Line Items (CLINs) & Statement of Work, and government standards and regulations pertaining to the SOW. 2. Evaluation Factors for Award of this RFP. 3. Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in above will not be read nor evaluated but will be removed from the proposal. 4. Format for proposal Past Performance Information shall be as follows: (a) A page is defined as one face of an 8 ?? x 11? sheet of paper containing information. (b) Typing shall not be less than 12 pitch. (ix) FAR 52.212-2, Evaluation--Commercial Items is applicable. The evaluation is based on price and past performance, with past performance being equal to price. The award will be based on whether the lowest priced of the quotations or offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer. PAST PERFORMANCE INFORMATION - Limited to no more than 3 pages per contract listed. Only references for same or similar type contract desired. Submit original plus two (2) copies. (a) Quality and Satisfaction Rating for Contracts Completed in the Past Three Years: Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. (b) Past Performance Surveys: The Government will evaluate the quality and extent of offeror's experience deemed relevant to the requirements of this RFP. The Government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess experience. Provide a list of no more than ten (10), of the most relevant contracts performed for Federal agencies and commercial customers within the last 3 years. Relevant contracts include Linen Rental/Linen Delivery. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract referenced: (i) Company/Division name (ii) Product/Service (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified, up-to-date name, address, FAX & telephone number of the contracting officer (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. (c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor?s consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. The following FAR clauses cited within the clause 52.212-5 apply: 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) 52.222-3, Convict Labor (June 2003)(E.O. 11755). 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005)(41 U.S.C. 351, et seq.) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 5352.201-9101, Ombudsman (xiii) The following items are additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practice: FAR 52.204-7 - Central Contractor Registration FAR 52.209-6 - Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jan 2005) FAR 52.212-1 - Instructions to Offerors- Commercial Items FAR 52.212-4 - Contract Terms and Conditions - Commercial Items FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.237-3 - Continuity of Services (Jan 1991) FAR 52.247-34 -- F.o.b. ? Destination (Nov 1991) DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992) DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate. (JUN 2005) DFARS 252.225-7001 Buy American Act and Balance of Payments Program. (JUN 2005) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) DFAR 252.232-7003 - Electronic Submission of Payment Requests IAW FAR 4.1102(a) prior to receiving any contract award, contractors must be registered in the Central Contractor Registration Database available thru the following web site: http://www.ccr.gov/ (xiv) N/A (xv) N/A (xvi) Quotes are due to: 375 CONS/LGCB 201 E Winters St. Bldg 50 Scott AFB IL 62225-5015 Quotes are due no later than 4:00 p.m. (CST) 30 June 2006 Quotes can be sent via e-mail to: cynthia.strout-02@scott.af.mil Quotes can be sent via fax to: 618-256-5237 Period for Acceptance of Quotes: The offeror agrees to hold the prices in its quote firm for 93 calendar days, from date offer due to 1 October 2006. (xvii) The point of contact for this acquisition is Ms. Cynthia Strout. Phone number (618)-256-9279, Email cynthia.strout-02@scott.af.mil, fax (618) 256-5237.
 
Place of Performance
Address: Scott AFB IL
Zip Code: 62225
Country: US
 
Record
SN01061557-W 20060604/060602220943 (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.