California Bids > Bid Detail

Hoist Maintenance Service

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159471596224984
Posted Date: Aug 28, 2023
Due Date: Aug 29, 2023
Solicitation No: FA9301-23-Q-0015
Source: https://sam.gov/opp/be6fa9b36c...
Follow
Hoist Maintenance Service
Active
Contract Opportunity
Notice ID
FA9301-23-Q-0015
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE TEST CENTER
Office
FA9301 AFTC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Aug 28, 2023 09:58 am PDT
  • Original Published Date: Aug 18, 2023 05:40 pm PDT
  • Updated Date Offers Due: Aug 29, 2023 05:00 pm PDT
  • Original Date Offers Due: Aug 28, 2023 10:00 am PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 30, 2023
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3950 - WINCHES, HOISTS, CRANES, AND DERRICKS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Edwards , CA 93524
    USA
Description View Changes

Updated 8/28/2023 0958 - Solicitation Amendment 0001 extends the closing time to 29 Aug 2023 1700 (PDT) - reference attachment "Solicitation Amendment FA930123Q00150001 SF 30"



This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; see attached request for quote (RFQ) which also serves as the model contract. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.



Solicitation Number: Solicitation # FA9301-23-Q-0015 **Please provide the full solicitation number on all packages**



Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524.



Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Ensure that the quote includes full and complete pricing considering any taxes and other charges like fuel surcharges. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. Contractors must fill out Solicitation #FA9301-23-Q-0015 attachment and complete all the provisions and provide pricing within the RFQ for this combined synopsis/solicitation. Contractors must be registered in the System for Award Management (https://www.sam.gov) prior to award. Award shall not be delayed due to expired, or non-registered entities in SAM.gov.



This solicitation is issued as a Request for Quote (RFQ).



This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2023-04 effective 06/02/2023 and DPN 20230602 and DAFAC 2023-0707.



THIS REQUIREMENT WILL BE: TOTAL SMALL BUSINESS SET ASIDE. The North



American Industry Classification System (NAICS) number for this acquisition is 811310 with a size standard of $ 12,500,000.



Description of services to be acquired:



The contractor shall ensure all requirements within the SOW and the contract are followed for the support of the following hoist maintenance requirements. The contractor shall be responsible for repair, delivery, and maintenance of hoists at Edwards Air Force Base (EAFB). The contractor shall furnish all materials, labor, equipment, and transportation necessary to service and perform preventative and remedial maintenance for eleven hoists located in multiple areas throughout EAFB. All hoists require annual service according to Crane Manufacturers Association of America (CMAA). The work to be accomplished includes but is not limited to the following: runways, controls, bridges, and trolley systems if equipped. The contractor shall conduct a load test every 4 years at no less than 100 percent or more than 125 percent of the rated load, as recommended by the manufacturer. Due to the distant location of Edwards AFB from any service centers it is imperative that the contractor maintain common replacement parts to maintain the hoists with a minimum amount of downtime. When notified of an unscheduled repair the contractor shall be so equipped as to be prepared to cover most common types of repairs. The contractor shall be responsible for quality assurance. The assigned government inspector(s) shall evaluate and approve all work accomplished. The contractor shall comply with all fire and safety regulations at Edwards Air Force Base, in addition to Federal OSHA and Cal‐OSHA. Base access will be coordinated for each visiting employee through the Government inspector no less than one week prior to scheduled work taking place. The job site(s) will be located within a restricted area. The contractor personnel shall adhere to the assigned government inspector’s guidance while being escorted in these areas. The hours of work shall be from 7:00AM to 4:00 PM, Monday through Friday, excluding federal holidays. Any government or privately owned property damaged by the contractor shall be replaced or repaired immediately by the contractor at no additional expense to the government.



The preceding description is general in nature. Contractors will refer to the attached Statement of Work (SOW) and pertinent documents for specific requirements and details.



This is a combined synopsis and solicitation for the following commercial service:



0001 CLIN Annual Inspection for all hoist within SOW



0002 CLIN "Four Year Hoist Test" - Hoist full load test inspection.



0003 CLIN Over and Above – To be negotiated offer shall not input pricing for O&A



1001 CLIN Annual Inspection for all hoist within SOW



1003 CLIN Over and Above – To be negotiated offer shall not input pricing for O&A



2001 CLIN Annual Inspection for all hoist within SOW



2003 CLIN Over and Above – To be negotiated offer shall not input pricing for O&A



3001 CLIN Annual Inspection for all hoist within SOW



3003 CLIN Over and Above – To be negotiated offer shall not input pricing for O&A



4001 CLIN Annual Inspection for all hoist within SOW



4002 CLIN "Four Year Hoist Test" - Hoist full load test inspection.



4003 CLIN Over and Above – To be negotiated offer shall not input pricing for O&A



FOB: Destination for delivery of any supplies to: Edward Air Force Base, Edwards, CA 93524



Government Furnished Property (GFP) – N/A



Duration of Contract: The Hoist Inspection services shall be provided from contract award through the life of the contract.



Estimated Period of Performance Date: 1 base year, plus 4, one-year options



Base year 31 Aug 2023 – 30 Aug 2024



Option Year 1 – 31 Aug 2024 – 30 Aug 2025



Option Year 2 – 31 Aug 2025 – 30 Aug 2026



Option Year 3 – 31 Aug 2026 – 30 Aug 2027



Option Year 4 – 31 Aug 2027 – 30 Aug 2028



The provision at 52.212-1, Instructions to Offerors – Commercial Items (Nov 2021), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/



PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:






    1. DUNS Numbers:

    2. TIN Number:

    3. CAGE Code:

    4. Contractor Name:

    5. Payment Terms (net30) or Discount:

    6. Point of Contact and Phone Number:

    7. Email address:

    8. FOB (destination):

    9. Warranty (if applicable):

    10. Date Offer Expires:

    11. Completed copy of FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

    12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications – Commercial Items (Jun 2020) – or notification that FAR 52.212-3 representations and certifications are available on SAM.gov.





The Government intends to issue one (1) Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.



Offers are due by 28 Aug 10AM Pacific Daylight Time (PDT). Offers must be sent to Eric Romero at eric.romero.11@us.af.mil and Sheila Hood sheila.hood@us.af.mil via electronic mail. No late submissions will be accepted.



Please submit any questions regarding this solicitation, in writing to the POC emails listed above. QUESTIONS REGARDING THIS SOLICITATION ARE DUE Wed 23 Aug on or before 10:00 AM Pacific Daylight Time (PDT). Question will not be answered by phone, only written questions will be addressed.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 661-277-7575 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >