Number: 2813694
Country: United States
Source: Federal Business Opportunities
Combined solicitation/synopsis NOTICE TO CONTRACTOR: This is a COMBINED SOLICITATION/SYNOPSIS for commercial services prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract.
The proposed contract action is for a onetime annual preventative maintenance (PM) with a two (2) hour load bank test on generators located in Peridot, AZ and Bylas, AZ, and a onetime troubleshoot and possible PM and repair for an automatic transfer switch (ATS) located in the Emergency Medical Service (EMS) building, Peridot, AZ.
This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This request is issued as a Request for Quotation (RFQ). The solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95, January 19. 2017. It is the contractor"s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/vmfara.htm.
The North American Industry Classification System (NAICS) Code for this acquisition is NAICS: 811310, Size Standard: $7.5 Million
SERVICE ADDRESS: Division of Acquisition Management, Phoenix Area Office, Two Renaissance Square, 40 North Central Avenue, Phoenix, AZ 85004-4450.
Service Locations: 1. Peridot, AZ: San Carlos Apache Health Care Corporation compound; 103 Medicine Way Road, Peridot AZ, 85542 2. Bylas, AZ: Clarence Wesley Health Center, 101 Medical Drive, Bylas AZ 85530
Work to be performed: See attached Statement of Work (SOW) and supporting documents. Note: Attached Price Schedule shall be used for cost/pricing portion of offers.
The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose offer conforming to the solicitation requirements is determined to provide the best value to the Government, price and other factors considered. Award will be based on Lowest Price Technically Acceptable quote. Quotes are all inclusive. FOB destination.
The Government will only consider firm fixed-price quotations. Offeror to be considered responsible shall have an updated data and information in System for Award Management (SAM), FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2017). The provision can be submitted at https://www.sam.gov. Contractor must be registered in the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov.
Questions shall be submitted via email only (no calls) to Elizabeth Thorstad at [email protected].
Electronic submission of Quotes: Quotations shall be submitted electronically by email to [email protected]. Email submissions are limited to 2MB. The submitter should confirm receipt of email submissions.
All other terms and conditions remain unchanged.