The RFP Database
New business relationships start here

Scale Maintenance, Repair, Inspection, and Calibration


Alaska, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, 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.
Solicitation number W912D0-15-T-0001is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76 Effective 25 August 2014. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 811219 with the size standard not to exceed $20.5 million dollars. All Offeror's must ensure that this NAICS Code is loaded in their Reps and Certs Section in the System for Award Management (SAM). The contract type will be Firm Fixed Price.

BASIS FOR AWARD: The Government intends to make a single award to the responsible contractor who has the best value Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The quote must be in full compliance to all other requirements set forth in the solicitation and PWS. As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding one-half of the offeror's total final option period price to the offeror's total price. Thus the offeror's total price for the purpose of evaluation will include the base period, first option, second option, third option, fourth option, and one-half of the fourth option. Offerors are required only to price the base and the four options. Offerors SHALL NOT submit a price for the potential six month extension of services.
Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected (in accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside which applies to this solicitation).
All prospective offerors must have a Commercial and Government Entity Code (CAGE CODE) and be registered in the System for Award Management Registration at www.sam.gov.

The Government also reserves the right to conduct a price realism analysis at any point during the evaluation process.







Description of Requirement:
The request is for services to provide the annual scale maintenance and calibration for Fort Wainwright, AK 99703.

SCOPE: The Contractor shall provide all personnel, labor, equipment, supplies, facilities, materials, tools, transportation, and supervision necessary to perform the maintenance and calibration of scales located in buildings 2116, 2118, and 2210 on Fort Wainwright, Alaska as defined in this Performance Work Statement. Contractor employees shall be trained and qualified to perform all necessary maintenance, inspection, repair, and calibration on twelve (12) Mettler Toledo Model JAGXTREME Scales. The Contractor is advised that the maintenance and calibration is to be done on site located on Ft. Wainwright, Alaska 99703.
All scales shall be inspected, maintained, repaired, and calibrated in accordance with requirements listed in the solicitation and PWS.
There will not be a site visit with this solicitation. The Contractor shall perform to the standards in this solicitation.
The Period of Performance will be one year for the Base Period and four optional year periods for a total of 5 years (Base plus four option years).

CLINS: For a breakdown of all CLINS pertaining to this requirement and to annotate your quote please see Attachment 1-CLINS. Attachment 1 must be completely filled out and returned to the Contracting Office by the date and time indicated below.

Clauses and Provisions:
To review all clauses and provisions that pertain to this requirement please see Attachment 2-Clauses and Provisions. The clauses and provisions are incorporated by reference and full text and are to remain in full force in any resultant contract:

Performance Work Statement:
To review the details of the work to be required please see the Performance Work Statement (PWS) located in Attachment 3--PWS.






Quote Information:

The closing date and time for submission of offers is 3:00 PM (Alaska Time) on 29 October 2014. The solicitation notices and any/all amendments will be posted and available for viewing and downloading at Federal Business Opportunities at www.fbo.gov or the Army Single Face to Industry website at https://acquisition.army.mil/asfi/ at no charge. No paper copies will be issued. It is incumbent upon the interested parties to review the aforementioned site regularly for any updates/amendments to this requirement.
Quotes shall be structured to show a CLIN breakdown of the proposed equipment and shall include all shipping, freight, delivery and handling fees and charges to FOB Destination on Fort Wainwright, Alaska 99703.
Telephone or faxed quotes will not be processed. All quotes shall be submitted by e-mail.

Contact Information:
Please send all quotes and any questions or requests to:
Primary point of contact is Steven Wade, (907) 353-2073, email: steven.w.wade.civ@mail.mil,
Alternate point of contact is Mark Puhak, (907) 353-2463 or email to mark.a.puhak.civ@mail.mil

Submission of Invoices
In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.


Steven Wade, 907-353-2073

RCO Wainwright (PARC Pacific, 413th CSB)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP