Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2015 FBO #4865
SOLICITATION NOTICE

J -- Generator and Fuel System Maintenance for USDA/OCIO/NITC - AG-3144-S-15-0024

Notice Date
3/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division - ITS, ITS Contracts Team, 2150 Centre Ave., Bldg. A., Suite T-145, Fort Collins, Colorado, 80526-1891
 
ZIP Code
80526-1891
 
Solicitation Number
AG-3144-S-15-0024
 
Archive Date
4/9/2015
 
Point of Contact
Christine D. Wallace, Phone: 970-295-5353
 
E-Mail Address
Christine.Wallace@ftc.usda.gov
(Christine.Wallace@ftc.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment IV: SCA Wage Determination(s) Attachment III: Maintenance Checklist Samples Attachment II: Pricing Submittal Spreadsheet Attachment I: Statement of Work RFQ AG-3144-S-15-0024 SF 1449 The United States Department of Agriculture intends to award a contract for the annual support and maintenance of on-site generator maintenance, emergency repair services, and fuel system maintenance as described in attached statement of work. Period of Peformance will be for Fiscal Year 2015 and four option years. Subject to availability of Funds (Federal Acquisition Regulations Clause (FAR 52.232-18 Availability of Funds). The generators are located at the addresses listed below: USDA, OCIO, NITC (Kansas City DataCenter) 8930 Ward Parkway, Kanas City, Missouri 64114 USDA, OCIO, NITC - (Goodfellow DataCenter) 4300 Goodfellow Blvd, St. Louis, Missouri, 641342 The contractor shall provide all management, supervision, labor, materials, supplies and equipment to perform monthly, quarterly, annual, and three-year maintenance when required on: (3) QSK50 Series 1250KW Cummins Generators and (6) QST30 Series 1000KW Cummins Generators located in Kansas City, Missouri, and to perform monthly, semi-annual, annual, two-year, and four-year maintenance on (3) 3500 Series 1250KW Baldor Generators located in St. Louis, Missouri. The preventive checks and services include, but are not limited to, the care, servicing, inspection, detection and correction of minor discrepancies before these discrepancies cause damage, failure or injury per the statement of work and maintenance schedules. The contractor will be required to be on-site (Kansas City, Missouri or St. Louis, Missouri) within one hour of notification when there is an emergency repair and will remain on-site until emergency has been resolved and accepted by the Contracting Officer. Please provide capability statement that supports the ability to meet response time at both locations. Only authorized Cummins Central Power or Baldor licensed technicians will have access to the generators and must meet contractor qualifications listed in section 1.2 of the Statement of Work. Within fifteen (15) days of award, the service provider shall perform annual fuel tank cleaning and fuel reconditioning for all generator bulk fuel storage and day tanks located at the NITC facilities located in Kansas City, Missouri, and St. Louis, Missouri, consisting of (1) 10,000 gallon underground bulk fuel storage tank, (1) 5,000 gallon above ground bulk fuel storage tank, (3) 500 gallon sub‐base day tanks, (3) 1,750 gallon sub‐base day tanks, and (3) 2,300 gallon sub‐base day tanks located in Kansas City, and (1) 5,000 gallon above ground bulk fuel storage tank and (3) 1,000 gallon sub‐base day tanks located in St. Louis, Missouri. Fuel and Tank Quality Maintenance Programs, products and services shall comply with the statement of work requirements, as well as applicable Local, State and Federal codes, rules, regulations, licenses and certification requirements. All interested and potential firms must be registered in SAM.GOV, and current firms must update once a year to maintain active status. Please visit the www.sam.gov website to register and update information. Please include your company DUNS, Business Size Classification, and NAICS codes in your response. Please submit your response and all attachments to Christine Wallace, Contracting Officer, Christine.Wallace@ftc.usda.gov, no later than 2:00PM ET, Wednesday March 25, 2015. Telephone calls will not be accepted. Refer to the solicitation documents attached for full requirement and submittal instructions. RFP Contents: 1) Standard Form 1449 2) PART I: RFP and Submission Requirements & PART II: Provisions/Clauses 3) Attachment I: Statement of Work 4) Attachment II: Pricing Submittal Spreadsheet 5) Attachment III: Maintenance Checklist Samples 6) Attachment IV: SCA Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/PODFC/AG-3144-S-15-0024/listing.html)
 
Place of Performance
Address: MULTIPLE LOCATIONS - SEE RFP DOCUMENTS., United States
 
Record
SN03674045-W 20150321/150320000216-a9779a726ce67a04527ee1867ff92ed1 (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.