Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2020 SAM #6897
SOLICITATION NOTICE

J -- OPTION - Pressure Washer Maintenance & Repair

Notice Date
10/15/2020 4:04:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-21-Q-0003
 
Response Due
10/22/2020 12:00:00 AM
 
Archive Date
04/20/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
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. The solicitation number is W911S8-21-Q-0003 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-10-22 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be JBLM, WA 98433 The MICC Joint Base Lewis McChord requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 11/01/2020 - 10/31/2021 LI 001: Line Item 0001: Scheduled Maintenance & Repair: Contractor to perform semi-annual maintenance, minor repairs, and winterization services on 17 pressure washers. SEE PWS PART 5 AND SUPPORTING TECHNICAL EXHIBITS. Period of Performance 01 November 2020- 31 October 2021., 34, EA; LI 002: Line Item 0002: Extraordinary Pressure Washer Repair/Installation Parts/Materials. Contingent upon the need arising for a pressure washer assembly repair or Over and Above Repair: installation outside of the semi-annual maintenance schedule or with a total cost greater than $50. The contractor shall provide a fully burdened cost estimate, detailed bill of materials for repair for approval by the COR prior to the contractor proceeding with the work in accordance with (IAW) PWS para. 5. This is a fixed price line item with a not-to-exceed price of $5000. Period of Performance: 01 November 2020- 31 October 2021., 1, Job; Option 1 Period of Performance: 11/01/2021 - 10/31/2022 LI 001: Line Item 1001: Scheduled Maintenance & Repair: Contractor to perform semi-annual maintenance, minor repairs, and winterization services on 17 pressure washers. SEE PWS PART 5 AND SUPPORTING TECHNICAL EXHIBITS., 34, EA; LI 002: Line Item 1002: Extraordinary Pressure Washer Repair/Installation Parts/Materials. Contingent upon the need arising for a pressure washer assembly repair or Over and Above Repair: installation outside of the semi-annual maintenance schedule or with a total cost greater than $50. The contractor shall provide a fully burdened cost estimate, detailed bill of materials for repair for approval by the COR prior to the contractor proceeding with the work in accordance with (IAW) PWS para. 5. This is a fixed price line item with a not-to-exceed price of $5000., 1, Job; Option 2 Period of Performance: 11/01/2022 - 10/31/2023 LI 001: Line Item 2001: Scheduled Maintenance & Repair: Contractor to perform semi-annual maintenance, minor repairs, and winterization services on 17 pressure washers. SEE PWS PART 5 AND SUPPORTING TECHNICAL EXHIBITS., 34, EA; LI 002: Line Item 2002: Extraordinary Pressure Washer Repair/Installation Parts/Materials. Contingent upon the need arising for a pressure washer assembly repair or Over and Above Repair: installation outside of the semi-annual maintenance schedule or with a total cost greater than $50. The contractor shall provide a fully burdened cost estimate, detailed bill of materials for repair for approval by the COR prior to the contractor proceeding with the work in accordance with (IAW) PWS para. 5. This is a fixed price line item with a not-to-exceed price of $5000., 1, Job; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Joint Base Lewis McChord intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Joint Base Lewis McChord is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (811310) with an applicable small business size standard of ($8,000,000). The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party 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 officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844 Quotes MUST be valid for 30 days after Request for Quote/solicitation�s closing date. Questions concerning this solicitation must be submitted at least 2 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive. In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote from a responsible offeror to determine if the quote is responsive to the material aspects of the solicitation. If the lowest priced quote is reasonably priced and responsive, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not responsive, then the Government will evaluate the second lowest priced quote. This method will continue until the lowest priced, responsive quote, by a vendor, is determined. Quotes will be evaluated based on price and responsiveness. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b64c7cd42ede43ed9a919d673c054533/view)
 
Place of Performance
Address: JBLM, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN05828193-F 20201017/201015230135 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.