SOLICITATION NOTICE
J -- Marine Diesel Engine Repair and Maintenance
- Notice Date
- 4/27/2020 8:12:30 AM
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
- ZIP Code
- 32207-8175
- Solicitation Number
- W912EP20Q0004
- Response Due
- 5/1/2020 12:00:00 PM
- Archive Date
- 05/16/2020
- Point of Contact
- Gerald L. Garvey, Phone: 9042323055, DeWayne A. Sparks, Phone: 9042321626
- E-Mail Address
-
Gerald.L.Garvey@usace.army.mil, dewayne.a.sparks@usace.army.mil
(Gerald.L.Garvey@usace.army.mil, dewayne.a.sparks@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers (USACE) Jacksonville Contracting Office (SAJ-CT) intends to solicit, negotiate, and establish priced Blanket Purchase Agreements (BPAs) for Marine Diesel Maintenance Repair and Services in accordance with FAR Part 12 and 13. This is a 100% Small Business Set-Aside, the NAICS is 811310, and the small business size standard is $8 Million. A small business firm as defined by this standard may compete for a Diesel Maintenance Repair and Services BPA. This announcement constitutes the only solicitation. The government intends on awarding Multiple BPAs, regionally, throughout the State of Florida. Note: See PWS Exhibit A for Region locations and workboats/engines that will need service and their typical region of operation. The Synopsis reference number is W912EP20Q0004. Incorporated provisions and clauses are those in effect through the FAC 2020-04.� The following factors shall be used to evaluate offers to establish the BPA: Technical and Past Performance. A minimum of six (6) BPAs will be established with responsible firms who have been deemed technically capable and who have demonstrated satisfactory past performance for Diesel Maintenance Repair and Services as detailed in the Performance Work Statement (PWS). (See attached). The Government reserves the right to establish no less six (6) and no more than eight (8) BPAs.� All responsible sources may submit an offer to be considered by the agency. Responses shall appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Data Universal Number System (DUNS) number, any applicable processed credentials and qualifications. Responses shall be in two (2) sections. Section I is Technical. The Section shall include a brief description of services offered, your firm�s capabilities to provide the subject services and your firms pricing schedule. In addition, you will need to provide a copy of the following documents: Element A: Facility Certifications Element B: Personnel Certifications Element C: Corrective Action Program Element A is documentation stating the vendor is an authorized service center of the manufacturer.� Element B is certification-proving service technicians have received appropriate training.� Element C is documentation of vendors warranty program. Note: See PWS Section 9.2, and the following, for submittal requirements for the above documents. Please keep general assertions of capability to a minimum. Specific capabilities tailored to the requirements should instead be emphasized. Section I will be evaluated for technical acceptability based on the above mentioned requirements. Section II is Past Performance. Offerors shall provide information on up to three (3) previous Government contracts whose effort was relevant to the effort required by this synopsis; the contracts provided where performed within the last three (3) years. The information shall include contract numbers, point of contact with telephone numbers and other relevant information. The Government intends to review any past performance information submitted and from any source available. These sources include, but are not limited to, the Past Performance Information Retrieval System (PPIRS), points of contact from previous projects, or other databases, interviews with Program Managers, and interviews with Contracting Officers. Past Performance will be evaluated as either acceptable or unacceptable. Each Marine Diesel Maintenance Repair and Services BPA will only contain the terms and conditions that will flow down to the BPA Call, which will be the priced order from a competitive RFQ of BPA holder.� Once established each BPA holder will price a quote based upon the Diesel Maintenance Repair and Services needs and work location USACE Jacksonville requires. Vendor selection will be based on Lowest Price Technically Acceptable (LPTA) at point of call award. � A Section that is materially incomplete or lacking merit shall be determined unacceptable. All responses should include a point of contact, telephone number, and electronic email address. All responsible sources (i.e. small businesses per NAICS, in SAM, not debarred) may respond to this synopsis and all responses will be considered by the agency. Responses to this notice may result in a BPA. Responses should be furnished electronically to the contacts listed below not later than 3:00 P.M. EST, Wednesday, 1 April 2020. Contract Specialist: Dewayne A. Sparks Email: dewayne.a.sparks@usace.army.mil Phone:� (904) 232-1626 Contracting Officer: Gerald Garvey Email: Gerald.l.garvey@usace.army.mil Phone: (904) 232-2107
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dc7e4efb7a0943a0b19d7cc957f902ed/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05636685-F 20200429/200427230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |