Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2014 FBO #4655
SOLICITATION NOTICE

J -- Purchase order for the acquisition of Preventative Maintenance Service and Minor Repair for the Russell Measurement Facility (RMF) Elevators for a base year and three option years.

Notice Date
8/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q14T0183
 
Response Due
9/22/2014
 
Archive Date
10/22/2014
 
Point of Contact
Ronald McCall, 256-876-8278
 
E-Mail Address
ACC-RSA - (Missile)
(ronald.k.mccall@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation number W31P4Q-14-T-0183 is being issued as a request for quote. The US Army contracting Command - Redstone intends to issue a firm fixed price purchase order for the acquisition of this requirement. This acquisition is a 100% small business set-aside. By U.S. Law, participation in small business set-asides is restricted to U.S. small businesses; therefore, foreign responses to this solicitation will not be considered. For this acquisition, a business will be considered small under NAICS code 811310 if they have less than $7.5M in average annual receipts. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This requirement, which was previously purchased under purchase order #W31P4Q-12-P-0275, is for the acquisition of Preventative Maintenance Service and Minor Repair for the Russell Measurement Facility (RMF) Elevators, located in Building 7272, Redstone Arsenal, AL, for a base year and three option years. The anticipated period of performance is: Base Year: From date of award through 12 months Option Year 1: From 12 through 24 months from date of award Option Year 2: From 24 through 36 months from date of award Option Year 3: From 36 through 48 months from date of award The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: - CLIN 0001 - Base Year - This CLIN will be issued for required services for the base year. - CLIN 0002 - Option Year 1 - This CLIN will be issued for required services for Option Year 1. - CLIN 0003 - Option Year 2 - This CLIN will be issued for required services for Option Year 2. - CLIN 0004 - Option Year 3 - This CLIN will be issued for required services for Option Year 3. - CLIN 0005 - Contractor Manpower Reporting (CMR) - See the attached Performance Work Statement for the CMR requirements. The technical requirements for this action are contained in the attached Performance Work Statement. The Quality Assurance Surveillance Plan (QASP) is also attached. The place of delivery, acceptance and FOB point is: US Army RDECOM, WDID RDMR-WDS-I Building 7272 Redstone Arsenal, AL 35898 All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. All quotes shall include delivery dates expressed in days or weeks from award date. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The following FAR provisions/clauses are applicable to this requirement: 52.204-7 - System for Award Management 52.212-1 - Instructions to Offerors - Commercial Items 52.212-3 - Offeror Representations and Certifications - Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items o52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards o52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment o52.209-10- Prohibition on Contracting with Inverted Domestic Corporations o52.219-6 - Notice of Total Small Business Set-Aside o52.219-28 - Post Award Small Business Program Representation o52.222-3 - Convict Labor o52.222-21 - Prohibition of Segregated Facilities o52.222-26 - Equal Opportunity o52.222-35 - Equal Opportunity for Veterans o52.222-36 - Affirmative Action for Workers with Disabilities o52.222-37 - Employment Reports on Veterans o52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving o52.225-13 - Restrictions on Certain Foreign Purchases o52.232-33 - Payment by Electronic Funds Transfer - System for Award Management o52.222-41 - Service Contract Labor Standards o52.222-42 - Statement of Equivalent Rates for Federal Hires 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.242-15 - Stop-Work Order 52.246-2 - Inspection of Supplies -- Fixed Price 52.246-4 - Inspection of Services -- Fixed Price 52.246-16 - Responsibility for Supplies 52.247-34 - F.O.B. Destination The following DFARS clauses are applicable to this requirement: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7011 - Alternative Line Item Structure 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information 252.204-7015 - Disclosure of Information to Litigation Support Contractors 252.223-7008 - Prohibition of Hexavalent Chromium 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 - Subcontracts for Commercial Items 252.247-7023 - Transportation of Supplies by Sea Other clauses may be included in the award if applicable. As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award. Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. Offerers must fill-in the attached provision, DFARS 252.209-7993 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations, and submit with their quote. On 9 September 2014, the Government will host a mandatory tour of the Russell Elevator System to all potential offerors. The tour will be held from 0800-1300, and the tour will include time for potential offerors to ask questions about the facility. This will be the only time for offerors to tour the facility and ask questions about the solicitation. The United States Government (USG) will not provide any notes, minutes, or etc. pertaining to the tour. Due to the uniqueness of the Russell Elevator System, the Army Contracting Command-Redstone is requiring all potential offerors to have at least one representative in attendance. The USG believes a reasonable or technically acceptable quote cannot be produced without attending this tour. Each company planning on attending the tour must RSVP no later than 1600 on 4 September 2014. To RSVP, one must send an email to Ron McCall, email address ronald.k.mccall.civ@mail.mil, stating the company's name, CAGE Code, and DUNS number and its planned attendance with a minimum of one representative. Directions to the Russell Elevator System for the tour will be provided after the receipt of the RSVP. Redstone Arsenal is a closed military installation which requires proper credentials for access. Each offeror will be responsible for ensuring that their representative(s) will be able to access Redstone Arsenal in order to attend the tour. Below are the instructions for gaining access to Redstone Arsenal: Visitors with a CAC or Military ID will have access to Redstone Arsenal. All Trucks and Trailers requiring access to Redstone Arsenal are required to report in at Martin Road E, Gate 1, for vehicle inspection, and receive the vehicle pass. To obtain a Visitor's Badge: Please fill out SAM Form 1116 (complete blocks 1 through 20, with the exception of blocks 3, 4, 8 & 9) and submit completed SAM Form 1116 to Ron McCall, email address ronald.k.mccall.civ@mail.mil. This form is attached. All requests for visitor badges must be received by 1600 on 4 September 2014. No badge request forms received after this date will be processed, and the requesting individual will not be given access to Redstone Arsenal. You must include the company's name, CAGE Code, and DUNS number in the email requesting a visitor's badge. Quotes are due no later than 3:00 pm (CST), 22 September 2014 in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Ron McCall at ronald.k.mccall.civ@mail.mil or via facsimile at 256-313-8628, marked to the attention of Ron McCall. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: ACC-RSA, CCAM-RDB ATTN: Ronald K. McCall Building 5400, Room B132 Redstone Arsenal, AL 35898-5250 Oral communications are not acceptable in response to this notice. NO FOREIGN PARTICIPATION IS ALLOWED. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable. All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and DUNS number. Quotes/offers received after the specified due date and time will not be considered for award. For further information or questions regarding this solicitation, contact Ron McCall via email at ronald.k.mccall.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ed776e9d2432e4b2ed66b7c1585cc924)
 
Place of Performance
Address: US Army RDECOM, WDID RDMR-WDS-I Building 7272 Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03474556-W 20140823/140821235430-ed776e9d2432e4b2ed66b7c1585cc924 (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.