SOLICITATION NOTICE
J -- WVP & RRB Elevator Inspections services
- Notice Date
- 6/7/2024 6:24:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N24Q0097
- Response Due
- 7/9/2024 2:00:00 PM
- Archive Date
- 07/24/2024
- Point of Contact
- Nathean Stoner, Phone: 5038084634, Darrell Hutchens, Phone: 9712708351
- E-Mail Address
-
nathean.w.stoner@usace.army.mil, darrell.d.hutchens@usace.army.mil
(nathean.w.stoner@usace.army.mil, darrell.d.hutchens@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION W9127N24Q0097 WVP & RRB Elevator Inspection Services U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP) 7 June 2024 This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W9127N24Q0097 is a Request For Quotes under FAR Part 13 for the establishment of a firm fixed price contract to provide non-personnel services contract to provide monthly Inspection services for nine (9) Elevators within the Willamette Valley-Rogue River Basin Project. The nine 9 elevators are in Linn, Lane, Marion, and Jackson Counties, Oregon. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items to perform monthly inspection services, and as needed emergency services. The solicitation document�s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 Effective date 05/22/2024. This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 811310, �Commercial and Industrial Machinery and Equipment Repair and Maintenance with a Small Business Size Standard of $9M. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award. The Government requests pricing, and O&M literature for the following items: DESCRIPTION: SEE Attachment 2 � CLIN Structure for Quote Period of Performance: Base Year: 1 August 2024 to 31 July 2024 Option Year 1: 1 August 2025 to 31 July 2026 Option Year 2: 1 August 2026 to 31 July 2027 Option Year 3: 1 August 2027 to 31 July 2028 Option Year 4: 1 August 2028 to 31 July 2029 52.212-1����� INSTRUCTIONS TO OFFERORS�COMMERCIAL ITEMS (MAR 2023) � ADDENDUM Proposals shall include the following: 1. Name / Date: __________________________________________________________________ 2. Address / Telephone No.: ________________________________________________________ 3. Cage Code (or UEI, both from SAM): ____________________________________________ 4. Quote � Provide pricing and O&M literature in accordance with the foregoing CLINs. Provide a technical description of the supplies being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, to include product literature, or other documents, if necessary. Quotes shall include all Standard Commercial Warranties, Completed Representations & Certifications, and detailed equipment specification sheets. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items.� For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ.� � � � � � � � �� Submissions: Quotes are due no later than 09 July 2024, at 2:00 PM PST. Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time.� Facsimile (Fax) responses are not accepted.� If you have any questions or concerns, you may contact Nathean Stoner by email at Nathean.w.stoner@usace.army.mil. Quotes must be emailed to: Nathean.w.stoner@usace.army.mil & Darrell@usace.army.mil. Upon award and satisfactory completion of delivery and installation, payment will be made through: USACE, Finance Center cefc-g2invoices@usace.army.mil Attn:� CEFC-AO-P 5722 Integrity Drive Millington, TN� 38054-5005 With an electronic copy submitted to the POCs in the attached Purchase Description (PD). (End of provision)� 52.212-2 EVALUATION � COMMERICAL ITEMS (NOV 2021) (The evaluation of quotes will be IAW FAR Part 13.106-2 (b). The total evaluated price will be calculated by totaling all contract line items (CLINs). The award will be made based on the best overall quote that is determined to be the most beneficial to the Government, with appropriate consideration given to the three (3) evaluation factors. The Government will award a Contract to the responsible Offeror whose quote conforms to the solicitation and is expected to result from selection of the technically acceptable quote with the lowest evaluated price. To be technically acceptable, an Offeror must submit a proposal that clearly meets the minimum requirements of the solicitation and determined acceptable based on the below evaluation factors. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Evaluation of Option to Extend Services, As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding one-half of the Offeror's final option period price to the Offeror's total price. Therefore, the Offeror's total evaluated price will include the prices for the base period, first option period, second option period, third option period, fourth option period, plus one-half of the fourth option period price. If, however, the option to extend services is used prior to the end of the last option period, the option to extend services will be exercised at the rate for the option period covering the period of the extension. Factors to be evaluated. The following evaluation factors will be used to evaluate each quote. Award will be made to the offeror whose quote provides the Government the best value on the basis of the lowest evaluated price of quotes that meet or exceed the acceptability for the non-cost evaluation factors described below. � Factor 1 � Experience Maintaining Elevators. � Factor 2 � Current State of Oregon Elevator Maintenance License � Factor 3 � Price Factor 1 � Experience Maintaining Elevators Offeror�s quote will be evaluated on the breadth and depth of relevant project experience submitted that is comparable to the technical scope require by this solicitation. Submit information for those projects that affirmatively demonstrate the Offeror�s training and expertise, and ability performing work similar in size, scope, and complexity to this project. Projects shall include a POC and be within the last five years. Evaluation Standard Factor # 1 will be rated as Acceptable or Unacceptable. � Acceptable � Quote clearly meets the minimum requirements of the solicitation to complete required inspections of the elevator systems. � Unacceptable � Quote does not clearly meet the minimum requirements of the solicitation to complete required inspections of the elevator systems. Factor 2 � Licensure to perform elevator maintenance in the State of Oregon Evaluation Standard Factor # 2 will be rated as Acceptable or Unacceptable. Offeror�s quote will be evaluated on the documentation of Oregon licensure to perform elevator maintenance. � Acceptable � Quote clearly meets the licensure requirements of the solicitation. � Unacceptable � Quote does not clearly meet the licensure requirements of the solicitation. Factor 3 � Price An evaluation will be performed on the proposed prices. The evaluation will not be assigned an adjectival rating, yet it will be evaluated for completeness and reasonableness. (End of Provision) 52.337-1 SITE VISIT: (a) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable.� In no event shall failure to inspect the site constitute grounds for a claim after contract award. (b) An organized site visit has been scheduled for: DATE:� 06/24/2024 THROUGH 06/26/2024 TIME:�� 10:00 AM (c)� Participants will meet at: SCHEDULE: Date/time� meet at the top of Detroit Dam 06/24/2024 10:00 AM Willamette Valley Detroit Dam Route 22 Mill City, OR� 97360 Approximately 45 miles east of Salem via Highway 22 near milepost 41. Willamette Valley Green Peter Dam Route 20 Foster, OR� 97345 Approximately 30 miles east of I-5 via Highway 20, east of the city of Sweet Home. Willamette Valley Foster Dam 53rd St Foster, OR� 97345 Approximately 30 miles east of I-5 via Highway 20, east of the city of Sweet Home. Date/time� meet at the top of Cougar Dam 06/25/2024 10:00 AM Willamette Valley Cougar Dam Blue River Dr. Forrest Serv. Rd #19 RT 20 Blue River, OR 97413 Approximately 48 miles east of I-5 via Highway 126. Willamette Valley Blue River Dam Blue River DR Blue River, OR� 97413 Approximately 40 miles east of I-5 near Highway 126 near the town of Blue River. Willamette Valley Lookout Point Dam 40386 W. Boundary Rd. Lowell, OR� 97452 Approximately 22 miles east of I-5 via Highway 58 near the town of Lowell. Willamette Valley Hills Creek Dam Rigdon Rd. Oakridge, OR� 97463 Approximately 45 miles east of I-5 via Highway 58 east the town of Oakridge. Date/time� meet at Lost Creek Dam 06/26/2024 10:00 AM Rogue River Basin Lost Creek Dam 100 Cole M Rivers Dr. Trail OR 97541 Approximately 30 miles North/Northeast of Medford Oregon on Highway 62. Rogue River Basin Applegate Dam 4902 Upper Applegate Rd, Jacksonville, OR�� 97530������ Approximately 41 miles from Interstate� � REQUIREMENTS: �YOU MUST RSVP YOUR PLANNED ATTENDANCE WITH THE FOLLOWING INFORMATION TO NATHEAN STONER VIA EMAIL: nathean.w.stoner@usace.army.mil; NAME COMPANY NAME PHONE EMAIL DATE OF BIRTH PLACE OF BIRTH US CITIZEN (Y/N) DUE TO SECURITY REQUIRMENTS AT THE POWERHOUSE, YOU MUST RSVP IN ADVANCE TO ATTEND, HARD HATS AND PHOTO ID WILL BE REQUIRED, PLEASE OBSERVE 15 MPH SPEED LIMIT WHILE ON PROJECT. PLEASE DO NOT HESITATE TO CONTACT NATHEAN STONER VIA EMAIL: nathean.w.stoner@usace.army.mil, SHOULD YOU HAVE ANY QUESTIONS IN ADVANCE OF THE SITE VISIT.� INDIVIDUAL SITE VISITS CAN NOT BE ARRANGED, SO PLEASE MAKE EVERY EFFORT TO ATTEND THIS ONLY OPPORTUNITY TO VIEW THE SITE OF THE WORK. DUE TO TIME LIMITATIONS ONLY CONTRACTOR PERSONNEL WHO ARE US CITIZENS WILL BE ALLOWED TO ATTEND THE SOLICITATION SITE VISIT. (End of provision) Attachments PWS Elevator Inspections CLIN Structure for Quote Clauses and Provisions. Wage Determinations: Attachment 4A: WD # 2015-5569 Lane, OR Attachment 4B: WD # 2015-5571 Jackson, OR Attachment 4C: WD # 2015-5573 Marion, OR Attachment 4D: WD # 2015-5587 Linn, OR
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9043b3314f994c6ebec2704164944fb5/view)
- Place of Performance
- Address: Lowell, OR 97452, USA
- Zip Code: 97452
- Country: USA
- Zip Code: 97452
- Record
- SN07090057-F 20240609/240607230114 (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 |