Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2007 FBO #2083
SOLICITATION NOTICE

J -- Remedial and Preventative Maintenance Serices on Machine Tools

Notice Date
8/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX07T0179
 
Response Due
8/23/2007
 
Archive Date
10/22/2007
 
Small Business Set-Aside
Total Small Business
 
Description
1. Class Code: JO99 2. NAICS Code: 811219 3. Subject: Preventative Maintenance 4. Solicitation Number: W911QX-07-T-0179 5. Set-Aside Code: 100% Small Business 6. Response Date: 23 August 2007 7. Place of Performance: US Army Research, Research, Laboratory Aberdeen Proving Ground Aberdeen, MD 21005 1. 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; prop osals are being requested and a written solicitation will not be issued. (i) The solicitation number is W911QX-07-T-0179. This acquisition is issued as a Request for Quotation. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. (iii) This acquisition is a small business set aside. The associated NAICS code is 811219. The small business size standard is $6.5 million. (iv) Description: Remedial and Preventative Maintenance Services on Machine Tools. It is anticipated that a firm fixed price contract will be awarded. The basic contract will be for twenty-four months of performance; and the contract will include three op tions of twelve additional months each. The period of performance is September 2007 thru August 2012. Offerors should propose a fixed price per month for the basic (24 month) period of performance; and a fixed price per month for each of the three option s. The price per month for each line item shall be the same for each month of the period of performance. Each offer shall include their proposed detailed preventive maintenance (PM) procedures for at least one item on the equipment list. The PM plan sha ll specify the frequency of service and the exact maintenance procedure. This PM procedure will be evaluated by the Government in the best value determination. Specific PM Plans are not requested for each item on the list, but offerors shall provide suffic ient detailed PM procedures as necessary to demonstrate their technical ability and experience. The Equipment List will be provided upon request due to the size of the list. Requests for the equipment list shall be sent by email to ewilson@arl.army.mil . No telephone requests will be honored. All responsible small business sources may submit a proposal which will be considered by the Agency. (v) The period of performance is September 2007 thru August 2012 (vi) The following provisions and FAR/DFAR clauses can be obtained at http://www.arl.army.mil/contracts/opport.htm, http://farsite.hill.af.mil/VFFAR1.HTM or http://farsite.hill.af.mil/VFDFAR1.HTM. (vii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (viii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial services, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. The provision at FAR 52.212-2, Evaluation - Commercial services is applicable to this acquisition. The specific best value evaluation criteria to be included in paragraph (a) of that provision are as follows: 1) The demonstrated experience and ability of the offeror to maintain all of the equipment on the equipment list; 2) Past Performance. All offerors are to provide a documented history of providing similar services. Submit the company names and provide a point of contact and telephone number: and 3) Tota l Price for the Basic two years and the three option years. (b) Offerors are required to submit technical information. (i) Technical Information means clear and convincing evidence that the service(s) offered meet the description of services. This inf ormation is required to establish, for the purpose of evaluation and award, details of the servic e offered. The term includes only information required to determine the technical acceptability of the offered services. (ii) Technical Information must be (1) identified to show the service(s) of the offer to which it applies and (2) received by the tim e specified in this solicitation for receipt of proposals. (c) Failure of Technical Information to show that the product(s) offered conforms to the requirements of this solicitation may result in the proposal being determined unacceptable. (d) Failure to submit Technical Information as required above may result in the proposal receiving no further consideration. Award will be made to the offeror that demonstrates the requisite ability and experience in providing on site maintenance of identical or sim ilar (same manufacturer) equipment, and whose offer represents the best value to the government, price and other factors considered. Award may be made to other than the offeror that proposes the lowest proposed price. Price, while not a weighted evaluati on factor; is significant in the evaluation process. (ix) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (x) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in these clauses are applicable: 52.203-3, 52.203-6, 52.212-1, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.2 32-33, 252.225-7012, 252.225-7001, 252.226-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.247-7023 and 252.247-7024. (xi) The following additional contract requirement(s) or terms and conditions apply: 52.005-4401, 52.032-4418, 52.045-4400. (xii) The following notes apply to this announcement: N/A (xiii) Offers are due on 23 August, via email to ewilson@arl.army.mil. For information regarding this solicitation, please contact Edna Wilson, Contract Specialist, 301-394-4011, ewilson@arl.army.mil.
 
Place of Performance
Address: US Army Research, Laboratory ATTN: AMSRD-ARL-WM -T Aberdeed Proving Ground Aberdeed MD
Zip Code: 21005-5001
Country: US
 
Record
SN01366046-W 20070810/070808221547 (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.