SOLICITATION NOTICE
J -- Maintenance - Liebert Power Systems - Attachment 01 - Attachment 02 - Attachment 03
- Notice Date
- 5/29/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J-18-T-UPS1
- Archive Date
- 6/28/2018
- Point of Contact
- Lorraine Geren, Phone: 3097826757, Cindy K. Wagoner, Phone: 3097820182
- E-Mail Address
-
lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Pricing Sheet Performance Work Statement dated 2 May 2018 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; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-18-T-UPS1. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. This request is issued as a 100% Small Business Set-Aside. The NAICS code for this procurement is 811219; the small business size standard is $20,500,000.00. The Federal Service Code is J061. Offerors must be registered within the System for Award Management (SAM) database in order to receive an award against this Solicitation. The website for SAM is https://www.sam.gov/. DESCRIPTION OF REQUIREMENT This solicitation is for Maintenance and Emergency Services for 2 Liebert Power Systems located at Crane Army Ammunition Activity (Crane), Crane, Indiana, in accordance with the Performance Work Statement at Attachment 01. TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as a 100% Small Business Set-Aside. The Army Contracting Command-Rock Island (ACC-RI) will award a Firm Fixed Price Contract, with a Base Period and 4 Option Periods. The Contract Line Item (CLIN) Structure is as follows: CLIN 0001: Quarterly Preventative Maintenance, Base Period CLIN 0002: Semi-Annual Preventative Maintenance, Base Period CLIN 0003: Annual Preventative Maintenance, Base Period CLIN 0004: Contractor Manpower Reporting CLIN 1001: Quarterly Preventative Maintenance, Option Period 1 CLIN 1002: Semi-Annual Preventative Maintenance, Option Period 1 CLIN 1003: Annual Preventative Maintenance, Option Period 1 CLIN 2001: Quarterly Preventative Maintenance, Option Period 2 CLIN 2002: Semi-Annual Preventative Maintenance, Option Period 2 CLIN 2003: Annual Preventative Maintenance, Option Period 2 CLIN 3001: Quarterly Preventative Maintenance, Option Period 3 CLIN 3002: Semi-Annual Preventative Maintenance, Option Period 3 CLIN 3003: Annual Preventative Maintenance, Option Period 3 CLIN 4001: Quarterly Preventative Maintenance, Option Period 4 CLIN 4002: Semi-Annual Preventative Maintenance, Option Period 4 CLIN 4003: Annual Preventative Maintenance, Option Period 4 PERIOD and PLACE OF PERFORMANCE Services shall be performed at Crane Army Ammunition Activity, Crane Indiana. A Base Period and 4 Option Periods will be awarded as follows: Base Period: Date of Award - 365 days after Date of award Option Period 1: 366 days after award - 731 days after award Option Period 2: 731 days after award - 1,096 days after award Option Period 3: 1,096 days after award - 1,461 days after award Option Period 4: 1,461 days after award - 1,826 days after award QUOTE SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: 1. Completed Pricing Sheet at Attachment 02. Note: Provide Information/prices for all highlighted cells. 2. Company documentation/brochure sufficient to demonstrate capability to perform the services specified within this solicitation BASIS FOR AWARD Award will be made to the offeror who provides the lowest Total Evaluated Price, who is deemed responsible, and who is compliant with all requirements of this solicitation. Total Evaluated Price is calculated as follows: Total Evaluated Price = the sum of the Total Prices for the Base Period and each Option Period The Total Price for the Base Period and Each Option Period = Price of Quarterly Service + Price of Semi-Annual Service + Price of Annual Service In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. Award will be made on a Firm Fixed Price basis. LISTING OF ATTACHMENTS Attachment 01, Performance Work Statement dated May 2, 2018 Attachment 02, Pricing Sheet Attachment 03, U.S. Department of Labor Wage Determination DEADLINE FOR SUBMISSION Offers are due June 13, 2018, no later than 3:30 p.m. Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist Lorraine.geren.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil Offerors should include "Response to W52P1J-18-T-UPS1" within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer. **Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered. CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Within FAR 52.212-5, the following optional clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-6, Notice of Total Small Business Aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-55, Minimum Wages under Executive Order 13658 FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.213-7000, Notice to Prospective Suppliers on Use of past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial items DFARS 252.246-7008, Sources of Electronic Parts The following additional language applies to this solicitation: AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax number (256) 450-8840 E-mail: usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel to obtain the AMC-Level Protest Procedures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bca769bc0fe008663e0de6986c2eb326)
- Place of Performance
- Address: Crane Army Ammunition Activity, Crane, Indiana, 47522, United States
- Zip Code: 47522
- Zip Code: 47522
- Record
- SN04936668-W 20180531/180529230907-bca769bc0fe008663e0de6986c2eb326 (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 |