SOLICITATION NOTICE
M -- DeCA Facility and Equipment Maintenance - (Draft)
- Notice Date
- 10/22/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Federal Acquisition Service, Region 8 (8Q), Denver Federal Center, Building 41, Room 145, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- ID08140013
- Archive Date
- 12/20/2014
- Point of Contact
- Maryanne Moore, Phone: 7207375900, Nicole haines, Phone: 303-236-1676
- E-Mail Address
-
maryanne.moore@gsa.gov, nicole.haines@gsa.gov
(maryanne.moore@gsa.gov, nicole.haines@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- RFP with PWS SF 1449 Price Schedule Sub-Contracting Plan Form Past TI Data Refridge Alarm Monitor TI Manuel SCA Wage Determination Financial Report EPP Emergencies Year Built Sample Roof Report OCC Breakdown Sample Forms Safety and Enviro Mgt Lamping Refrigerant Log Temp Standards Performance Standard QASP PM Tasks Commissary Equipment Commissary locations Solicitation: ID08140013 Agency/Office: Federal Acquisition Service (FAS) Location: Federal Acquisition Service, Region 8 (8Q) Title: DeCA Enterprise Whole Facilities Operations and Maintenance Services Contract Award Date: April 1, 2015 COMBINED SYNOPSIS/SOLICITATION OF The Defense Commissary Agency Enterprise Whole Facilities Operations and Maintenance Services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.603, 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 is an unrestricted solicitation under NAICS 561210, Facilities Support Services. The Small Business Administration Table of Size Standards is listed at $35.5 million. Offerors shall submit a Small Business Subcontracting Plan (SPSP) in accordance with FAR Subpart 52.219-9, 19.708(b) and 19.704, subcontracting plan requirements. Please refer to the attached document "Request for Proposal with PWS". Please refer to the attached document "Request for Proposal with PWS", Performance Work Statement (PWS), and Attachment 1, Price Schedule, for a detailed list of contract line item number(s) and items, quantities and units of measure, (including options(s) to be addressed through this notice. This combined synopsis/solicitation addresses the DeCA Whole Facilities O&M requirements including ancillary repair and alteration at approximately 181sites within the U.S. and U.S. Territories. Specific commissary site locations are identified in Appendix 1, Commissary Locations. The Request for Proposal (RFP) solicitation number: ID08140013 for the Defense Commissary Agency (DeCA) Enterprise Whole Facilities Operations and Maintenance (O&M) Services within the U.S. and U.S. Territories. The following documents incorporate provisions and clauses which are in effect as follows: •• Federal Acquisition Circular (FAC) including amendments to 2005-76, effective August 25, 2014. •• General Services Acquisition Manual (GSAM) including amendments to change 58, effective July 01, 2014. •• Defense Federal Acquisition Regulation (DFAR) including change notices revised August 28, 2014. This notice is to solicit proposals for the award of multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts that will be awarded to offerors providing the best value to the government. Offerors awarded a contract will comprise a competitive vendor pool for the issuance of Task Orders (TO) supporting commissaries in eight different geographical areas. Each of the eight geographical areas is identified by Maintenance Group. Please refer to Appendix 1; Commissary Locations and maintenance groups with equipment list. This is an ongoing requirement that will be satisfied through a five year period of performance; a one year base period and four - one year option periods. Base Period: 04/01/2015 to 03/31/2016 Option 1: 04/01/2016 to 03/31/2017 Option 2: 04/01/2017 to 03/31/2018 Option 3: 04/01/2018 to 03/31/2019 Option4: 04/01/2019 to 03/31/2020 The sites and places of performance are geographically grouped into eight maintenance groups. Please refer to Appendix 1, Commissary Locations. The following contract provisions are identified as follows: •• FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014) •• GSAM 552.212-71, Contract Terms and Conditions Applicable to GSA Acquisitions of Commercial Items, (Jul 2003), (a) Provisions, 552.237-70 Qualifications of Offerors (June 2009). Please refer to the attached document "Request for Proposal with PWS" Solicitation Provisions. This identifies the applicability of FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) in accordance with Section 7.0 of the attached document "Request for Proposal with PWS". The Government anticipates awarding multiple IDIQ contracts through this single solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In descending order of their importance, the following factors shall be used to evaluate offers: Factor 1 - Technical Proposal (Please refer to the attached document "Request for Proposal with PWS". Instructions, Conditions and Notices to Offerors.) Factor 2 - Past Performance (Please refer to the attached document "Request for Proposal with PWS". Instructions, Conditions and Notices to Offerors and FAR 15.304.) Factor 3 - Quality Control Plan. (Please refer to the attached document "Request for Proposal with PWS". And Appendix 4) Factor 4 - Price Proposal (Please refer to the attached document "Request for Proposal with PWS". Attachment 1, Price Schedule (Instructions, Conditions and Notices to Offerors.) Offerors shall address all commissaries within maintenance group 1-8. Offerors shall submit a separate price proposal for each maintenance group they are proposing against. Offerors failing to address any commissaries within maintenance group proposed will be considered non-responsive. This combined synopsis/solicitation identifies the required electronic completion of FAR 52.212-3, Offerors Representations and Certifications - Commercial items (May 2014) and addenda including submitting a Certificate of Insurance, Certification Regarding Lobbying Activities, Certification of Authorized Negotiators, Certification of Utilization of Small Business Concerns, Certification of Previous Contracts and Compliance Reports. SAM link is as follows: https://www.unitedstatesbusinessregistration.us/?gclid=CJb-wcO848ACFYMF7Aod9koA1w This identifies FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014) and addenda such as Contract Administration including Invoice Submission. Failure to comply with these procedures will be considered a performance issue. This identifies the following contract terms and conditions: •• FAR 52.212-5, Contract Terms and Conditions - Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2014). •• Addenda indicated in Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items -- DFAR 252.212-7001 (Mar 2013). Offerors shall submit an electronic copy of the proposal including the signed SF 1449 and any amendments at or before December 05, 2014 at 3:30 p.m. (MT) via e-mail to: Nicole Haines, nicole.haines@gsa.gov and Maryanne Moore, maryanne.moore@gsa.gov Solicitation Provision, and Instructions to Offerors - Commercial Items - FAR 52.212-1 (APR 2014). The name and telephone number of the individual to contact for information regarding this combined synopsis/solicitation is Nicole Haines Nicole.haines@gsa.gov 303-236-1676 and Maryanne Moore, maryanne.moore@gsa.gov 720-737-5900. A. Pre-proposal Site Visits. Two sample DeCA commissaries are selected for walk through by all interested offerors. The sample commissaries selected are Laughlin AFB, TX and Lackland AFB, TX. The first walk through will be conducted at Lackland AFB, TX then Laughlin AFB, TX. Lackland AFB, TX site visit will be conducted on November 3, 2014 at 9:00 am CST and Laughlin AFB, TX will be conducted on November 4, 2014 at 10:00 am CST. Potential offerors are strongly encouraged, but not required to attend the walk through site visits. No additional walk through dates will be scheduled. B. Questions. Please send questions via e-mail only at least (4) four days before the DeCA site visit, which is on or before October 28, 2014 at 12:00 p.m. (MT). Please send questions via e-mail in the following format: (no questions via phone will be accepted) Questions sent four days (4 days) prior to site visit will be addressed at an answer session to be conducted at Lakeland, TX and Laughlin, TX. Note cards will be made available during the site visits and additional questions can be written (must be legible) on the note cards and provided to the CO (Maryanne Moore) at both sites. All questions and answers will be posted under one solicitation amendment. •i. To: Maryanne Moore, maryanne.moore@gsa.gov, and Nicole Haines, Nicole.haines@gsa.gov •ii. Subject Line: Enterprise Questions •iii. Question, point of contact name, company, telephone number and e-mail address. Primary Point of Contact: Nicole Haines, Contracting Officer nicole.haines@gsa.gov Phone: 303-236-1676 Secondary Point of Contact: Maryanne Moore, Contracting Officer maryanne.moore@gsa.gov Phone: 720-737-5900 C. Attendees. Please send the attendee names via e-mail. Please send an e-mail (4) four days before the DeCA site visit, which is on or before October 27, 2014 at 12:00 p.m. (MT). Please send the attendee information via e-mail only in the following format: •i. To: Maryanne Moore, maryanne.moore@gsa.gov, and Nicole Haines, Nicole.haines@gsa.gov •ii. Subject Line: Enterprise DeCA Site Visit - Attendee Information •iii. Attendee's full legal name, telephone number and e-mail address. •iv. Attendee's company name. A confirmation e-mail will be sent to the attendee to confirm access to the DeCA site visit. To ensure access to the DeCA site visits, it is required that the attendee have a valid U.S. government issued identification such as a U.S. Armed Forces Identification Card, Passport, U.S. Social Security Card, Driver's License (Permanent, Temporary and Learner's Permit), Non-Driver Identification Card, U.S. Permanent Resident Card Form I-551 (Green Card) as well as proof of automobile insurance for the attendee's automobile and/or rental automobile.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9f54e5da2220afede368ebaa5ddc3401)
- Place of Performance
- Address: Several locations which are identified in Appendix 1 of the solicitation, United States
- Record
- SN03556113-W 20141024/141022234438-9f54e5da2220afede368ebaa5ddc3401 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |