Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2021 SAM #7099
MODIFICATION

J -- Material Handling Equipment Maintenance Charleston AFB, SC

Notice Date
5/7/2021 10:27:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA8052 773 ESS PK SAN ANTONIO TX 78226-1720 USA
 
ZIP Code
78226-1720
 
Solicitation Number
FA8052-21-Q-0004
 
Response Due
5/25/2021 10:00:00 AM
 
Archive Date
06/09/2021
 
Point of Contact
Jacqueline Davis, Phone: 2103959393, TSgt Benjamin DeHart, Phone: 2103959199
 
E-Mail Address
jacqueline.davis.17@us.af.mil, benjamin.dehart@us.af.mil
(jacqueline.davis.17@us.af.mil, benjamin.dehart@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation� Material Handling Equipment Maintenance Date: 7 May 2021 Title: Material Handling Equipment Maintenance Joint Base Charleston, SC Request for Quote (RFQ)/ Solicitation Number: FA8052-21-Q-0004 Closing Response Date: 25 May 2021 at 12:00 PM CDT (local San Antonio TX time) Primary Contact Point(s): �Jacqueline Davis Contract Specialist Commercial Phone: (210) 395-9393 Email: jacqueline.davis.17@us.af.mil Contact Point(s): �Benjamin DeHart, Contracting Officer Commercial Phone: (210) 395-9199 Email: benjamin.dehart@us.af.mil NOTE: We are currently Teleworking and Email is the Primary Contact for this RFQ. Subject Line of� Email should state as follows: Quote (RFQ)/ Solicitation Number: FA8052-21-Q-0004_Name of Your Company Please address Email to both Contract Specialist and Contracting Officer. Description: This is a combined synopsis/solicitation for commercial services 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. In accordance with FAR part 5.101 and FAR part 13.106 - a solicitation for the Material Handling� Equipment Maintenance Joint Base Charleston, SC requirement will be posted on beta.Sam.gov for a� period of time which allows offerors sufficient time to prepare Quotes. Potential Offerors are advised to review and address this combined synopsis/solicitation and all� attachments that include the SOW dated 1 September 2020 and all applicable provisions and clauses. � FAILURE TO PROVIDE ANY REQUIRED INFORMATION MAY RESULT IN AN OFFER BEING DETERMINED INELIGIBLE FOR� AWARD. 1. �Introduction. �This requirement shall be competed as a Total Small Business set-aside under� NAICS 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic)� Repair and Maintenance, with a size standard of $8 million, as a Lowest Price Technically� Acceptable (LPTA) tailored IAW FAR 13.106-2. All qualified total small businesses under this NAICS� code are encouraged to submit a quote. The Department of the Air Force, Air Force Installation� Contracting Center (AFICC), 773d EnterpriseSourcing Squadron (ESS) has a requirement for Material Handling Equipment Maintenance Joint Base Charleston, SC per Attachment 1,� Statement of Work (SOW) dated 22 January 2021. � 2. �Requirement. �This requirement is a non-personal services contract to support the Air Force� Medical Readiness Agency (AFMRA) and Medical Logistics Warehouse operations located in Joint Base� Charleston, SC; The scope of the services is outlined in � the SOW. �This contract supports� multiple types of Material Handling Equipment (MHE), identified in Appendix A, which are housed and� utilized at Joint Base Charleston, SC. Preventive and repair maintenance programs are essential to� operate the equipment as designed by the manufacturer. �The overall objective of this contract is� to establish reliable maintenance services of MHE to sustain AFMRA/SGMW, Medical Logistics� Industrial Operations. �The contract will consist of multiple CLINs for FFP scheduled maintenance� as well as Time and Materials (Not to Exceed) for unscheduled maintenance. �Scheduled maintenance� services shall be provided quarterly. Schedule B contains CLINS series 000X, 100X and 200X to� reflect base year plus two option years. �Quotes must include aggregate total of base plus all� option year CLINS on Schedule B (IAW 52.217-5 Evaluation of Options). � All Quotes shall conform to� the Contract Line Item Number (CLIN) structure of the attached Schedule B. 3. �Period of Performance. �The Period of Performance (POP) is for one 12-month base period of� performance and two (2) 12-month option periods.� �The�entire period of performance for this contract action shall not exceed 36 months. a. �Note, IAW FAR 17.206, the Contracting Officer shall evaluate offers for option periods� contained in the solicitation when it is likely the Government will exercise options. �And, IAW FAR� 52.217-8, rates may only be adjusted as a result of revisions to prevailing labor rates provided by� the Secretary of Labor. Estimated Schedule � � � � � � � � � � � � � � � � � � POP Start� � � � � �POP End Base Period� � � � � � �15 Jun�2021� � � 14�jun�2022 � � Option Period 1� � � �15 Jun 2022� � � 14�jun 2023 Option Period 2� � � �15 Jun 2023� � � 14�jun�2024 Questions: The Government will accept questions concerning solicitation number FA8052-21-Q- 0004� until 12 May 2021 at 10:00 AM Central Time. Email your questions to jacqueline.davis.17@us.af.mil� and benjamin.dehart@us.af.mil. Any questions received after this date and time need not be� considered. Quote Due Date: Quotes must be submitted electronically to the Contract Specialist, Ms. Jacqueline� Davis, via e-mail to jacqueline.davis.17@us.af.mil and Contracting Officer at� benjamin.dehart@us.af.mil. Quotes must conform to the requirements of this solicitation and be� received no later than 25 May 2021 at 12:00 PM CDT (local San Antonio TX time). It is the� responsibility of the offeror to ensure that the quote and its attachments are received. Any quotes� received after designated closing date and time will be considered �Late�. Notice to Offeror(s): The Government reserves the right to cancel this solicitation, either before� or after the closing date. In the event the Government cancels this solicitation, the Government� has no�obligation to reimburse an offeror for any costs. Respondent understands and agrees that it submits� its quote at its own risk and expense, and releases 773 ESS/PK from any claim for damages or other� liability arising out of the posting process. 773 ESS/PK shall not be liable for any errors in� offeror's response. Offeror is responsible for careful review of its entire response to ensure that all information is� correct and complete. Offerors are liable for all error or omissions contained in their responses.� All informational material submitted in response to this posting becomes the property of 773 ESS/PK� and shall not be returned. Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 45 days� from the date specified for receipt of offers. Also include in quote that a Wide Area Work Flow (WAWF) account has been initiated or already� established (DoD) has mandated the use of WAWF. All invoices shall be submitted using Wide Area� Work Flow (WAWF). To get more information about how to register for WAWF contractors can go to the following web site� and download the Contract Pay information: https://www.dfas.mil/contractorsvendors.html �Firms� submitting a quote subsequent to the solicitation described herein, MUST be registered in the� System for Award Management (SAM) database. Information to register on SAM can be found at the web� site, http://www.sam.gov or https://beta.sam.gov/content/home. List of Attachments: 1) � Statement of Work (SOW) dated 22 January 2021 2) � Pricing Schedule B 3) � Contract Data Requirements List (CDRL)_ CDRL A001 4) � Clauses and Provisions; Representations, Certification, and other Statements of Offerors;� Instructions to Offerors and Evaluation Criteria FAR 52.212-1 and FAR 52.212-2 5) � 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services� or Equipment. 6) � Appendix A, Material Handling Equipment Inventory List �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d18cbc1d84bf4b2a8efdb7e1e32c8459/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN05994888-F 20210509/210507230111 (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 |
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.