Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2023 SAM #7955
SOLICITATION NOTICE

J -- Controlled Humidity Protection (CHP) Preventative Maintenance (PM) Services

Notice Date
9/6/2023 7:09:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-23-Q-4529
 
Response Due
9/13/2023 12:00:00 PM
 
Archive Date
09/30/2023
 
Point of Contact
Kelsey Letcher, Phone: 5152524508, VICKY WILLIAMS, Phone: 5152524616
 
E-Mail Address
kelsey.l.letcher.civ@army.mil, vicky.l.williams10.civ@army.mil
(kelsey.l.letcher.civ@army.mil, vicky.l.williams10.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001: Amendment is issued to extend the proposal due date to 2:00 PM local time (CDT) on 13 Sep 2023. All other terms and conditions of the solicitation remain unchanged. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $19 million. ***Funds are not currently available for this acquisition. Award will be made only if funding is received prior to 30 Sep 2023.*** The contractor shall provide Controlled Humidity Preservation (CHP) Preventative Maintenance, as described in Attachment 1, Performance Work Statement (PWS). Contract line item numbers (CLINS) and quantities are as follows: CLIN 0001: Quarterly Preventative Maintenance � Base Period, Quantity/Unit of Issue: 1 Job CLIN 0002: Quarterly Reporting � Base Period, Quantity/Unit of Issue: 1 Job CLIN 1001: Quarterly Preventative Maintenance � Option Period 1, Quantity/Unit of Issue: 1 Job CLIN 1002: Reporting Quarterly � Option Period 1, Quantity/Unit of Issue: 1 Job CLIN 2001: Quarterly Preventative Maintenance � Option Period 2, Quantity/Unit of Issue: 1 Job CLIN 2002: Reporting Quarterly � Option Period 2, Quantity/Unit of Issue: 1 Job CLIN 3001: Quarterly Preventative Maintenance � Option Period 3, Quantity/Unit of Issue: 1 Job CLIN 3002: Reporting Quarterly � Option Period 3, Quantity/Unit of Issue: 1 Job Controlled Humidity Preservation (CHP) Preventative Maintenance Services shall be firm fixed price (FFP) and inclusive of all labor, tools, materials, and transportation necessary perform the required services. The period of performance is one 12-month base period and three (3) 12-month option periods. Places of Performance � See Attachment #1 � Performance Work Statement. Award will be made to the offeror whose quotation meets all requirements of the PWS and solicitation and offers the lowest total price to the Government. See Attachment 2 for FAR and DFARS provisions and clauses which are hereby incorporated into this solicitation. The clauses will be incorporated into the resultant purchase order.� The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.� Offerors must complete annual representations and certifications online in the System for Award Management in accordance with FAR 52.212-3, �Offeror Representations and Certifications�Commercial Products and Commercial Services.� If paragraph (b)(2) of the provision is applicable, a written submission is required. All offerors must submit the following:� * Completed Contact Information and Pricing Table (Attachment 3) * A printed copy of FAR 52.212-3 (DEV) Alt I with paragraph (k)(1) completed, signed and dated by the offeror (see Attachment 2) Quotes shall be submitted via email to Kelsey Letcher, kelsey.l.letcher.civ@army.mil. �The contractor is responsible for ensuring quotes are submitted by the due date and time indicated. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f).� Attachments: Attachment_1_Performance Work Statement Attachment_2_Provisions and Clauses Attachment_3_Contact Information and Pricing Schedule Attachment_4_Wage Determination�� �2015-4979, Revision 20 Attachment_5_Wage Determination 2015-4995, Revision 22 Attachment_6_Wage Determination 2015-5001, Revision 22 Attachment_7_Wage Determination 2015-4981, Revision 20 Attachment_8_Wage Determination 2015-4991, Revision 22 Attachment_9_Wage Determination 2015-5007, Revision 22 Attachment_10_Wage Determination 2015-4985, Revision 21 Attachment_11_Wage Determination 2015-4993, Revision 22
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9e5a72a155724d849cd9153810626ef5/view)
 
Place of Performance
Address: IA, USA
Country: USA
 
Record
SN06819991-F 20230908/230906230104 (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.