Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2014 FBO #4473
SOLICITATION NOTICE

99 -- Quarterly Maintenance of Dock Levelers/Roll-Up Doors

Notice Date
2/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J14TML04
 
Response Due
3/20/2014
 
Archive Date
4/21/2014
 
Point of Contact
Molly Lewis, 309-782-1837
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(molly.j.lewis4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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. 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; quotes are being requested and a written solicitation will not be issued. 1. The U.S. Army Contracting Command - Rock Island Contracting Center has a requirement for the quarterly repair and maintenance and emergency unscheduled repair of dock levelers and electronic roll-up doors for the Logistics Services Washington at the Remote Delivery Facility (RDF) located in Fort Belvoir. 2. This combined synopsis/solicitation for commercial items contains one (1) base year and two (2), one-year options. All work is to be done in accordance with the Performance Work Statement (PWS), dated 20 February 2014. The Period of Performance is as follows: Base Year: Date of Award - 13 April 2015 Option Year 1: 14 April 2015 - 13 April 2016 Option Year 2: 14 April 2016 - 13 April 2017 This synopsis/solicitation is prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice, such as provisions and clauses. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 3. This combined synopsis/solicitation is issued as full and open competition; no set-aside is used, under NAICS code 811310. It is anticipated that a single, Firm Fixed Price type contract will be awarded. 4. Contractor is required to provide two examples of similar services as required in the PWS performed within the last three (3) years. Contractor is required to submit these with your proposal. 5. This synopsis/solicitation is issued subject to the availability of funds; therefore it is currently unfunded. The Government reserves the right to not fund any or all of the CLIN(s). 6. The prevailing Service Contract Act (SCA) wage determinations are included in the combined synopsis/solicitation as attachment 0003. These SCA determinations will be incorporated into the resultant contract and will be in effect for the entire base year period of performance. 7. The POC for this combined solicitation/synopsis is Molly Lewis (309)782-1837 or email molly.j.lewis4.civ@mail.mil The following clauses are incorporated by reference: 52.204-4 Printed or Copied Double-Sided on Postconsumer FiberMAY 2011 Content Paper 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.212-1 Instructions to Offerors - Commercial Items JUL 2013 52.212-3 Offeror Representations and Certifications - Commercial Items AUG 2013 52.212-4 Contract Terms and Conditions - Commercial Items SEP 2013 52.212-5 Contract Terms and Conditions Required to Implement SEP 2013 Statutes or Executive Orders--Commercial Items (Applicability includes: paragraph (a) items 1 and 2, paragraph (b) items 1, 4, 8, 25, 26, 28, 29, 30, 31, 32, 33, 34, 35, 40, 44, 48 and 50, paragraph (c) items 1, 3 and 7. 52.217-5 Evaluation of OptionsJUL 1990 52.217-8 Option to Extend servicesNOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 252.203-7000 Requirements Relating to Compensation of Former DoD SEP 2011 Officials 252.204-7003 Control of Government Personnel Work ProductAPR 1992 252.209-7004 Subcontracting with Firms that are Owned or Controlled By DEC 2006 The Government of a Terrorist Country 252.204-7004 Alt A System for Award ManagementMAY 2013 252.225-7001 Buy American and Balance of Payments Program DEC 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving JUN 2012 Reports 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor JUN 2013 Personnel 252.244-7000 Subcontracts for Commercial ItemsJUN 2013 52.0000-4003 Disclosure of Unit Price Information JUN 2005 52.0000-4031 Task and Delivery Order Ombudsman AUG 2010 52.0000-4036 Required Insurance (Pursuant to FAR 52.228-5) DEC 2010 52.0000-4037 U.S. Department of Labor Wage Determinations MAY 1993 Wage Determinations of the Secretary of Labor are included as Attachment 0002 52.0000-4834 AMC-Level Protest Program OCT 2013 ATTACHMENTS: 0001 Performance Work Statement 0002 CLIN Pricing Spreadsheet 0003 Service Contract Act (SCA) Wage Determinations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/94e86f70836cccdc3e3c067584c58b99)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03292264-W 20140222/140220234521-94e86f70836cccdc3e3c067584c58b99 (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.