Opportunity: Dworshak NFH - Generator Maintenance

Description 

U.S. Fish and Wildlife Service, Portland, OR has a requirement for a commercial item or service. This combined synopsis/solicitation is 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; proposals are being requested and a written solicitation will not be issued. This posting will be referred to under Request for Quotation (RFQ) Number F17PS00292. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) #05-94, effective 19 January 2017. The North American Industrial Classification System (NAICS) number is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the business size standard is $7.5 million. This requirement is set-aside for small business. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis. Award will be made to the offerer that provides the best value. The US Fish and Wildlife Service has a requirement for generator maintenance. BASE YEAR: Contractor shall change engine oil, replace filter, replace air and fuel filters, replace radiator fan belts, adjust engine valves, conduct pressure test on cooling system, perform general inspection, pull engine oil sample and perform analysis of the sample, and perform a load bank test on all generators stated in Attachment #1 - Statement of Work. This requirement will include 1 base year and 4 options years. Contractor shall provide pricing based on the following: Base Year: $_________________ 1 May 2017 to 30 April 2018 Option Year 1: $______________ 1 May 2018 to 30 April 2019 Option Year 2: $______________ 1 May 2019 to 30 April 2020 Option Year 3: $______________ 1 May 2020 to 30 April 2021 Option Year 4: $______________ 1 May 2021 to 30 April 2022 The government intends to award this project to the offerer that provides the best value based on past performance and price. Along with pricing, offerer shall submit past performance not to exceed 5 pages that provides evidence of successful completion of project with similar magnitude. If more than 5 pages are submitted, only the first 5 pages will be considered. Organization to be supported: U.S. Fish and Wildlife Service Dworshak National Fish Hatchery 276 Dworshak Complex Dr Orofino, ID 83544 Please submit your quote on company letterhead with all pertinent point of contact information including SAM Cage Code, DUNS No., and business size/type. In addition, your quote should provide unit price and total price. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Offers must be received by 3:00 pm Pacific Daylight Savings Time, 1 March 2017, at the U.S. Fish and Wildlife Service, 911 NE 11th Avenue, Portland, OR 97232. Offers received after this date and time will be considered non responsive in accordance with 52.212-1(f) and will not be evaluated. Quotes may be mailed or e-mailed to the attention of: Nathan_ellyson@fws.gov (email). In order to have a quote considered, all quoters must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. SAM is the database that has replaced the Central Contractor Registration (CCR) website (www.ccr.gov) and the On-line Representations and Certifications Application (ORCA) website (https://orca.bpn.gov). Additional document information and attachments can be accessed at the FedConnect link under the "Additional Info" heading. Click "Public Opportunities" and search for the reference number F17PS00292 to find any documents related to this requirement. Offerors must comply with all instructions contained in the Internet Payment Platform (IPP) DOI Electronic Invoicing instructions, and all clauses in this RFQ. FAR 52.212-1, "Instructions to Offerors - Commercial", FAR 52.212-3 "Offeror Representations and Certifications - Commercial Items", and FAR 52.212-4 "Contract Terms and Conditions - Commercial Items" apply to this acquisition. No addenda have been attached. FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items" applies to this acquisition along with the following clauses cited therein: 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.223-18, 52.225-1, 52.225-13, 52.232-33 The following additional clauses apply to this acquisition: 52.204-13 System for Award Management Maintenance (JUL 2013) 52.232-39 Unenforceability of Unauthorized Obligation (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015) The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://farsite.hill.af.mil/. All questions regarding the subject synopsis/solicitation shall be directed to the attention of Nathan Ellyson via email: Nathan_Ellyson@fws.gov.

Overview 
Reference number: F17PS00292
Issue date: 02/15/2017
Response due: 03/01/2017 06:00 PM US/Eastern

Set Aside: Total Small Business
NAICS: 811310-Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC / FSC: J099-MAINT/REPAIR/REBUILD OF EQUIPMENT- MISCELLANEOUS

Agency: DOI

Contracting office:

FWS, DIVISION OF CONTRACTING AND GE
EASTSIDE FEDERAL COMPLEX
911 NE 11TH AVENUE
PORTLAND, OR 97232-4181


Place of Performance:




Contact: Nathan Ellyson
Phone:
Fax:
Email: nathan_ellyson@fws.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2025 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect