Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912BV20Q0006
Hydrostatic Testing and Inspection of Carbon Dioxide Cylinders for Tulsa District Powerhouses W912BV20Q0006 This is a Combined Synopsis solicitation for commercial items prepared in accordance with th...
Hydrostatic Testing and Inspection of Carbon Dioxide Cylinders for Tulsa District Powerhouses W912BV20Q0006 This is a Combined Synopsis solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and additional notice will not be issued. This Acquisition shall be set aside for Small Business. Solicitation W912BV20Q0006 is being issued as a Request for Proposal (RFP) for a Firm-Fixed-Price contract for Hydrostatic Testing and Inspection of Carbon Dioxide Cylinders for Tulsa District Powerhouses. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76. This is a 100% Small Business Set Aside. The North American Industrial Classification System (NAICS) Code is 325120 and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is 1,000 Employees. Price Schedule – See attachment Description of services: The required services provides for Hydrostatic Testing and Inspection of Carbon Dioxide Cylinders for Tulsa District Powerhouses. The contract will consist of a base period. The period of performance will be 90 days from the date of award. FAR Clauses 52.212-1, 52.212-3 and 52.212-4 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The following addenda apply to these clauses: 52.212-1 – the NAICS code is listed in paragraph # 4 above as an SF 1449 will not be issued for this requirement. FAR Clause 52.212-5 applies to this procurement. A completed copy is attached showing the applicable clauses. Offers are due on January 1, 2020 no later than 10:00 AM CST. Bidders Inquiry: U6Z849-92G473. Please ask questions through Projnet. Scope of Work. Please see attached instruction to Offerors for the Scope of work. The solicitation is issued via Internet only. It is the contractors’ responsibility to check the above-listed internet address daily for any posted changes to the solicitation. Any amendments issued to the solicitation must be acknowledged by potential offerors. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is conforming to the requirements of the solicitation and is the most advantages to the Government considering price. Location: Keystone Powerhouse, Eufaula Powerhouse, Webbers Falls Powerhouse, Tenkiller Powerhouse, Robert S. Kerr Powerhouse, Broken Bow Powerhouse.