Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2024 SAM #8312
SOLICITATION NOTICE

Z -- 99 CES VTE Elevator Maintenance recompete

Notice Date
8/28/2024 1:43:51 PM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
 
ZIP Code
89191-7063
 
Solicitation Number
F3G3CE4095AW02
 
Response Due
9/16/2024 10:00:00 AM
 
Archive Date
10/01/2024
 
Point of Contact
Nathan Doebler, Rachel Tilley
 
E-Mail Address
nathan.doebler@us.af.mil, rachel.tilley.1@us.af.mil
(nathan.doebler@us.af.mil, rachel.tilley.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***After several requests received for site visits and discussion with the requirement owner, it has been determined due to mission requirements a site visit will NOT be held for this requirement.*** Please see updated dates and times for questions and proposals. Past Performance Questionnaire due 13 September QUESTIONS DUE DATE. Questions are due on Monday, 2 September 2024 at 10:00AM PDT. Responses will be provided by 3 September 2024 at 1600 PDT. OFFER DUE DATE. Offers are due on Monday, 16 September 2024 at 10:00AM PDT. *** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, following FAR 13 Simplified Acquisition Procedures, 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. 1. The solicitation number is F3G3CE4095AW02. This solicitation is issued as a Request for Proposal (RFP). A Firm Fixed Price type contract will be awarded. 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, effective 22 May 2024. 3. This combined synopsis/solicitation is being issued as Small Business set-aside, and the associated NAICS code is 561210- Facilities Support Services (Except Locksmiths), Small Business Size Standard $47.0M. 4. Offerors shall provide a completed Price List (see �Attachment 2 � Price List�). Below is the contract line-item number (CLIN) breakdown: CLIN 0001 � Full Service VTE Maintenance, Repair and Inspection IAW PWS CLIN 1001 � Full Service VTE Maintenance, Repair and Inspection IAW PWS CLIN 2001 � Full Service VTE Maintenance, Repair and Inspection IAW PWS CLIN 3001 � Full Service VTE Maintenance, Repair and Inspection IAW PWS CLIN 4001 � Full Service VTE Maintenance, Repair and Inspection IAW PWS 5. DESCRIPTION OF SERVICES: 99 Civil Engineering Squadron (CES) requires a contractor to provide all management, tools, supplies, equipment, parts and labor necessary to maintain, repair, and inspect the real property vertical transportation equipment (VTE) at Nellis Air Force Base in a manner that will ensure continuous and safe operation (full maintenance and repair with the exception of the exclusions listed in the PWS). PLEASE SEE �Attachment 1 - PWS VTE Svc Contract� FOR MORE INFORMATION. 6. Period of Performance:� 16 Oct 2024 to 15 Oct 2025, with 4 additional, 12-month option years (2025-2029) 7. Place of Performance:� Nellis AFB, NV 8. Inspection and Acceptance: FOB Destination FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (Mar 2023) REQUIREMENTS. All quotes shall include the following minimum information:� Product Specifications, CAGE Code, SAM Unique Entity ID (UEID), Taxpayer I.D.No. (TIN), Payment Terms, Discount Terms, Offerors Reps and Certs, Point(s) of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7 prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. �See�https://ww.sam.gov�for information on registration. To ensure your�quote along with all attachments are�received, attachment(s) must be less than 10 MB [in total].� It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time. (1) FAR 52.212-1, paragraph (b)(8), is changed to read: (8) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (2) FAR 52.212-1, paragraph (c), is changed to read: (c) Period for acceptance of offers. The offeror agrees to hold prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (3) To be considered for this requirement, the offeror must complete �Attachment 2 � Price List�. Fully complete the pricing on each CLIN as required. The contractor shall fill out a unit price, the extended price and a total price for all CLINs. Please ensure that all prices, extended prices and total prices are checked and verified for accuracy. DO NOT go two (2) digits beyond the decimal point. PLEASE SEE �Attachment 2 � Price Sheet� FOR MORE INFORMATION. (4) In accordance with FAR Part 9, Contractor Qualifications, the Government has a right to retrieve past performance information through the Government�s past performance databases, Federal Awardee Performance Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS). Any active exclusions will deem the contractor non-responsible, therefore, the offeror will not be eligible for contract award. An offeror determined to have an unsatisfactory performance record will be determined non-responsible, therefore, the offeror will not be eligible for contract award. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. QUESTIONS DUE DATE. Questions are due on Monday, 2 September 2024 at 10:00AM PDT. Responses will be provided by 3 September 2024 at 1600 PDT. OFFER DUE DATE. Offers are due on Monday, 16 September 2024 at 10:00AM PDT. Only electronic offers submitted via email will be considered for this requirement.� Submit questions and offers to SSgt Nathan Doebler at nathan.doebler@us.af.mil and Rachel Tilley at rachel.tilley.1@us.af.mil. Please include the solicitation number, F3G3CE4095AW02, in the subject line of the email to ensure prompt receipt of your offer. (End of Provision) DELIVERABLES: At a minimum, Offerors shall provide the following with their proposal: Technical Proposal outlining how the work will be accomplished in accordance with the PWS. Price List with breakdown of costs Past Performance Questionnaire
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92cdaeb4b8114f459c98f58619744ce1/view)
 
Place of Performance
Address: Las Vegas, NV 89131, USA
Zip Code: 89131
Country: USA
 
Record
SN07189997-F 20240830/240828230126 (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.