SOLICITATION NOTICE
J -- Predictive Maintenance Service on CyberEx PDUs B23
- Notice Date
- 7/15/2020 7:19:24 AM
- Notice Type
- Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- DCSO COLUMBUS COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SP470220Q0011
- Response Due
- 7/29/2020 12:00:00 PM
- Archive Date
- 08/13/2020
- Point of Contact
- Erik Minshall, Phone: 614-692-1826
- E-Mail Address
-
Erik.Minshall@dla.mil
(Erik.Minshall@dla.mil)
- Description
- Vendor must be a licensed authorized Service Provider for CyberEx PDUs Description - Predictive Maintenance Service on CyberEx PDUs B23 Socio-Economic Category � Unrestricted Acquisition NAICS - 811310 Type of Contract - Firm-Fixed-Price FOB Destination, Inspection and Acceptance at Destination Delivery to locations as specified in the Performance Work Statement (PWS) This solicitation is issued to establish a contract with a base service term of one year with three option periods of one (1) year each. This solicitation is being issued under the authority of FAR Part 12 �Acquisition of Commercial Items� and FAR 13 ""Simplified Acquisition Procedures"" The Government reserves the right to award a contractor under the all or none provision. Email Proposals: The DLA Internet Bid Board Systems (DIBBS) quotations are not acceptable for this solicitation. Offerors must complete and submit the entire solicitation no later than the closing date specified. Proposals shall be emailed to Erik Minshall at Erik.Minshall@dla.mil. Please ensure that all clauses are completed and returned along with the proposal. Proposals must be valid for at least ninety (90) days from the date of submission. No Award: The Government reserves the right to not make an award as a result of this RFQ if such award is determined contrary to the best interest of the Government. Should the vendor have any questions with respect to this RFP, they should submit them, via e-mail, to the Acquisition Specialist (erik.minshall@dla.mil). Questions must be received no later than 1PM (Eastern) on July 22, 2020. Responses to the questions will be posted via amendment to the solicitation. Basis of Award: Award will be made to the offeror who submits the response that is technically acceptable with the lowest price. See PWS for details regarding specific requirements. All or None: With respect to the items or group of items identified in the solicitation, offers must be submitted for all items indicated. No award will be made for less than the full requirements shown in this solicitation. Offerors shall complete the attached pricing spreadsheet and submit it as part of their proposal. Invoicing: All invoicing for the resulting contract shall be accomplished in the Wide Area Work Flow (WAWF) system. Vendors are encouraged to become familiar with this system if they have not yet used it. See 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) DFARS for further information. (i) The contractor shall report all contractor labor hours (including subcontractor labor hours) required In accordance with FAR 37.103-90 the contractor is requested to complete the following: (i) The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Logistics Agency via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. (ii) Reporting input will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2014. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. In order for a contractor�s offer to be considered for award, each offer must include the following: �Completed Standard Form 1449 �Completed Pricing Spreadsheet �All supporting documentation detailed within the Attachment 2 - SP470220Q0011 Performance Work Statement and Attachment 4 - SP470220Q0011 Sections L&M Evaluation Factors
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ec0c8b2a2e67434980589467b797f75f/view)
- Place of Performance
- Address: Columbus, OH 43218, USA
- Zip Code: 43218
- Country: USA
- Zip Code: 43218
- Record
- SN05721758-F 20200717/200715230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |