SOLICITATION NOTICE
H -- Preventive Maintenance and Testing Services for High and Low Voltage Switchgear - RFP
- Notice Date
- 4/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, District of Columbia, 20220
- ZIP Code
- 20220
- Solicitation Number
- A10046
- Point of Contact
- Tammy R McLeod, Phone: (202) 622-3862
- E-Mail Address
-
tammy.mcleod@do.treas.gov
(tammy.mcleod@do.treas.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Preventive Maintenance Guide Cards Annex Treasury Building Equipment List Main Treasury Building Equipment List Pricing Schedule Combined Solicitation/Synopsis In accordance with FAR 12.603 (i) This is a combined synopsis/solicitation for commercial items 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. (ii) The solicitation number is A10046. This solicitation is being issued as a Request for Proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, effective March 23, 2010. (iv) This solicitation is issued as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this requirement is 541380 and the standard size is $12.0 million dollars. (v) Attachment 1 is the Pricing Schedule, which the offeror is required to complete and submit with offer. The Government anticipates awarding a Firm-Fixed Price contract for this effort with two Labor Hour Line Items for Emergency/On-Call Services and After Normal Working Hours. (vi) See the attached file for a description of the requirement for the items to be acquired. (vii) See the attached file for the dates and places of delivery and acceptance. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, as set forth in the attached file, applies to this acquisition. See this provision in the attached file including what offeror’s must submit as a part of their proposal. (ix) The provision at 52.212-2, Evaluation-Commercial Items, as set forth in the attached file applies to this acquisition. See this provision in the attached file for the specific evaluation criteria. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the submitted proposal. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, as does an addendum to 52.212-4. See the attached file for the specific text. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See the attached file for the specific text and a list of additional FAR clauses applicable to this acquisition. (xiii) See the attached file for additional contract requirements and terms and conditions. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) The Contracting Officer must receive proposals in hand by 12:00 p.m., Eastern Standard Time, on Monday, May 17, 2010. Electronic copies of proposals will not be accepted. Proposals must be submitted via postal mail or hand delivered to the following address: Department of the Treasury, Departmental Offices, ATTN: Tammy McLeod, 1425 New York, Avenue, NW, 2nd Floor, Suite 2100, Washington, DC 20220. If proposals are not received by the Contracting Officer by this date and time, the proposal will not be accepted. See attached file for further specifics on proposal submission. (xvi) Requests for additional information regarding this solicitation may be submitted to the Contracting Officer. Questions must be submitted to the Contracting Officer at Tammy.McLeod@do.treas.gov no later than 10:00 a.m. on Monday, May 10, 2010. No telephone inquiries will be accepted. IMPORTANT: Please ensure your proposal is sent with enough time before the deadline to reach the Contracting Officer by the Response Date. In addition, please ensure that your proposal includes: (1) a completed version of the “Pricing Schedule”, in Attachment I and (2) the items set forth in paragraphs (b)(1) through (b)(10) within the 52.212-1 Instructions To Offerors—Commercial Items (JUN 2008) clause set forth in the attached file. PRE-PROPOSAL CONFEENCE/SITE VISIT: A Pre-proposal Conference/Site Visit has been scheduled for 10:00 a.m. on Tuesday, May 4, 2010. The conference will take place at the Department of the Treasury, Annex Building located at 701 Madison Place, NW, Washington, DC. Please provide the Contracting Officer notice of your intent to attend the Pre-Propsal Conference via e-mail at Tammy.McLeod@do.treas.gov. no later than 12:00 p.m. on Friday, April 30, 2010. Additional information will be provided for entry into the building for the conference.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/DOPSD/PSD/A10046/listing.html)
- Place of Performance
- Address: 1500 Pennsylvania Avenue, NW, Washington, District of Columbia, 20220, United States
- Zip Code: 20220
- Zip Code: 20220
- Record
- SN02131683-W 20100427/100425233032-dc410f9ff69c9a6fcbcd58d37316d6ec (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 |