SOLICITATION NOTICE
J -- BPA Master: Fire Truck Inspection and Maintenance
- Notice Date
- 11/4/2020 12:45:13 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
- ZIP Code
- 48906-2934
- Solicitation Number
- W912JB-21-Q-0005
- Response Due
- 12/4/2020 9:00:00 AM
- Archive Date
- 12/30/2020
- Point of Contact
- Bonnie Reineer, Phone: 5174817844, Eva P. Lauchie. Contracting Officer, Phone: 5174817846
- E-Mail Address
-
bonnie.l.reineer.civ@mail.mil, eva.p.lauchie.civ@mail.mil
(bonnie.l.reineer.civ@mail.mil, eva.p.lauchie.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation number:� W912JB-21-Q-0005 Request For Quote (RFQ) Title:��������������������������� BPA Master Agreement for Fire Truck Maintenance Restriction:���������������� 100% Small Business NAICS:������������������������ 811111 General Automotive Repair Location:������������������� Michigan � Camp Grayling, Michigan Issue date:� � � � � � � � � 4�November 2020 Closing date:� � � � � � � 4 December�2020 DESCRIPTION This is a combined synopsis/solicitation for a blanket purchase agreement (BPA) for commercial items prepared in accordance with the format in FAR 12, FAR 13, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation being requested. A written solicitation will not be issued.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06.� BLANKET PURCHASE AGREEMENT - MASTER A BPA is not a binding contract but an agreement. Prices submitted on the Quote by Contractor spreadsheet will be used to determine fair and reasonable pricing.� At the time of the call order, the prices must be set prior to an orders being placed against the BPA. Additionally, either party by written request may terminate or re-negotiate an agreement provided a 30-day written notification is given. BPAs period of performance is for a five-year period unless terminated by either party or the BPA max dollar limit has been met. The maximum dollar amount for the five- year period may not exceed $250,000. Funds are not currently available for this Agreement.� Funds will be executed with issuance of each awarded Task Order.�� The government anticipates awarding to a minimum of two or a maximum of three contractors who meet the requirements and are determined to be in the best interest of the government during the evaluation process. However, if only one vendor is determined eligible, the BPA will be established with the sole eligible contractor.� If multiple contractors are established, the task order will be on a rotation basis. REQUIREMENT The Michigan Army National Guard (MIARNG) requires support for vehicle maintenance and repair services for MIARNG Fire Trucks to meet manufacturing standards. This is a recurring firm fixed price requirement for six fire trucks which are Tactical Firefighting 8x8 Heavy Exp mov, Fire Fight Truck 6x6 DED Min 1500 gal tank min 1200 GPM, and fire fighting truck brush/pumper 100 gal tank 6x6 250-500 GPM. Refer to the Performance Work Statement for detailed information on the requirements in paragraph 5.0. The contractor shall complete annual truck inspections to include pump testing.� The contractor shall submit quote pricing on repairs required to meet NFPA 1901 and 1911 standards. CONTRACTOR CAPABILITIES The prospective awardee must have an active registration in www.sam.gov at the time of award. Vendors are encouraged to verify that their registration is active prior to submitting a quote. If the prospective awardee is not active in SAM data base at the time of award, the prospective awardee will be allowed 10 calendar days to become registered and active in SAM. The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active by the 10 calendar day deadline. INVOICING Inspection and acceptance will be at Lansing, Michigan.� Purchase Orders will be submitted within 30 days after the award date.� Invoices are to be submitted for services performed; invoices will not be accepted for billing future services during the period of performance. �Invoicing will be Net 30 terms and submitted on https://piee.eb.mil through the WAWF module. QUOTE PREPARATION INSTRUCTIONS: If interested in establishing a BPA with the Michigan Army National Guard, please complete the attached Price List RFQ Submission to be used as a representative of the reasonable pricing when evaluating the offers. Refer to the Solicitation Clauses for applicable provisions and clauses and 52.212-1 Instructions to Offerors. Pricing Prices should be as low as or lower than those charged to your most favored customers, including any discounts for prompt payment.� �Task order pricing will be from the quoted pre-priced list effective for 12 months of performance.� The price list will be updated annually; price reasonableness will be established on the annual update and the BPA will continue only with the contractors that the government was able to determine price reasonableness. Past Performance.� Each offeror�s past performance will be reviewed to determine ability to perform the requirements. The quote will be evaluated on the offeror�s business practices, customer relationship, and ability to successfully perform as proposed. In assessing performance, the evaluator may (1) evaluate present and past performance information through the use of questionnaires completed by the offeror�s references; (2) use data independently obtained from other government or commercial sources such as Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other data bases; (3) interviews with Program/Project Managers, Contracting Officers or rely upon personal business experience with the offeror; and (4) consider any information the offeror submits which explains any problems encountered on the identified contract and the offeror�s correction actions. The government reserves the rights to obtain and evaluate past performance information from any source it deems appropriate. Evaluation Quotes must include price, technical capability and past performance information (PPI).� Award will be made to the quote that presents the best value to the government.� Price will be evaluated, along with technical capability and PPI.� The awardee must not have negative or adverse information on FAPIIS or SPRS in the last three years. Technical capability and past performance will be rated as Acceptable or Unacceptable based on ability to meet the requirements in the Performance Work Statement. The Government intends to award to a small business that meets or exceeds the technical specifications listed and meets the provisions of the solicitation. The Government may award to other than the lowest price quote. The perceived benefits of the higher priced quote may merit the additional cost. Negative or adverse action in FAPIIS in the last three years may render your quote unacceptable. The Government may not consider quotes that fail to include all of the information requested in this solicitation. Award may be made without discussions. Therefore, vendor must provide complete information in the package for the Government to determine the best value. The Government reserves the right to require minor clarifications. However, the Government may award without requesting clarification for ambiguity.� Award is anticipated within 30 days after receipt of quotes. DEADLINES Questions are due by 12:00 pm, Eastern Standard Time, 20 November 2020, and must be submitted via email.� Questions will not be answered via telephone. Offers are due at 12:00 pm, Eastern Standard Time on 4 December 2020.� Email quotes directly to bonnie.l.reineer.civ@mail.mil.� Do not submit quotes on Contract Opps; they will not be accepted. It is the vendor�s responsibility to monitor this site for any amendments.� The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions.�� It is the offeror�s responsibility to contact the POC to verify the quote is received PRIOR to the date and time set for the due date of RFQ.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5c930bbdd9144a6a9c8a249a305f5952/view)
- Place of Performance
- Address: Grayling, MI 49739, USA
- Zip Code: 49739
- Country: USA
- Zip Code: 49739
- Record
- SN05845699-F 20201106/201104230136 (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 |