Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2013 FBO #4191
SOLICITATION NOTICE

39 -- Forklift Maintenance

Notice Date
5/14/2013
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Contracting Office/Coleman, 846 N.E. 54th Terrace, P.O. Box 1109, Coleman, Florida, 33521
 
ZIP Code
33521
 
Solicitation Number
FN1377-13
 
Archive Date
6/14/2013
 
Point of Contact
Gisette M. Terrones, Phone: 352-689-4060, Tatea Cavanaugh, Phone: 202-305-7302
 
E-Mail Address
gisette.terrones@usdoj.gov, tatea.cavanaugh@usdoj.gov
(gisette.terrones@usdoj.gov, tatea.cavanaugh@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
UNICOR intends to enter into a Requirements contract with one (1) base year and four (4) option years, if exercised for FORKLIFT MAINTENANCE for the following UNICOR Factory: FCC Coleman, FL Solicitation number is FN1377-13, and this solicitation will be issued as a Request for Proposal. The minimum delivery order amount is $100.00 per delivery order for Coleman, FL and the maximum delivery per order is $10,000.00. Delivery lead time for preventative maintenance services shall be completed within 5 working days of scheduled services. Remedial Maintenance response time by the contractor shall be accom¬plished with 24-hours after verbal notification of equipment malfunction. Restoration of the equipment shall be within 72-hours after initial verbal notification. NAICS code associated with this requirement is 811310. The small business size standard for NAICS code 811310 is $7.0 Million. Offerors are advised that the Government intends to evaluate offers and award on an all or non basis. (SINGLE AWARD). This is a 100% small business set aside requirement. Therefore, only offers received from small businesses will be considered for award. Specific item specifications and quantities will be listed in solicitation. All offerors must complete the Business Management questionnaire in Section L of solicitation document with three (3) references. References must be for same or similar items. All Offerors must complete the ACH form and registration in SAMS http://sam.gov formerly known as CCR and ORCA. The ACH form can be found on UNICOR's webpage at www.unicor.gov. For the ACH form click on business commercial opportunities, navigate to, procurement forms and click on ACH form and print. What is SAM? The System for Award Management (SAM) is combining eight federal procurement systems and the Catalog of Federal Domestic Assistance into one new system. The benefits of SAM include streamlined and integrated processes, elimination of data redundancies, and reduced costs while providing improved capability. With one user ID and password, SAM will benefit contractors by providing access to all the capabilities associated with: •Registering to do business with the Government •Representing/Self-Certifying as a Small Business (CCR/ORCA) •Viewing Business Opportunities (Fedbizops) Offerors may also submit proposals via e-fax at 352-330-8184 or email to gisette.terrones@usdoj.gov. Email proposal shall be sent as an Adobe PDF files and offerors shall contact Gisette Terrones to verify receipt of proposal. All questions shall be asked in writing and shall be submitted to Gisette Terrones at gisette.terrones@usdoj.gov and Tatea Cavanaugh at tatea.cavanaugh@usdoj.gov. The email subject line shall state the solicitation number FN1377-13. For email and fax proposals, an originally signed SF1449 must be received by the contracting officer within one (1) day of offer closing date and time. Offerors shall submit two (2) copies of the written proposal. All offerors must acknowledge all amendments if any. Offers received after the exact time and date specified will not be considered. The Government intends to award a contract resulting from this solicitation to the responsible offeror's whose offer represents the best value to the government. Listed in order of importance, the following factors shall be used to evaluate proposals: 1. Adherence to specifications(listing of these evaluation criteria will be listed in solicitation) 2. Ability to meet Green Environmental Requirements 3. ISO certification 4. Past Performance 5. Price A written notice of award or acceptance of an offer will be mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. No copies of the solicitation will be mailed; emailed or faxed, offerors must obtain the solicitation from http://fbo.gov. All responsible offerors may submit a proposal which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FPI-UNICOR/COL/FN1377-13/listing.html)
 
Place of Performance
Address: FCC Coleman Complex - UNCIOR, 846 N.E. 54th Terrace, Coelman, Florida, 33521, United States
Zip Code: 33521
 
Record
SN03061906-W 20130516/130514235148-119cb18396f1f5283b1b67fb63331e74 (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.