Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2024 SAM #8251
SOLICITATION NOTICE

J -- HAAS EQUIPMENT MAINTENANCE REPAIR

Notice Date
6/28/2024 12:21:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC24QHAAS
 
Response Due
7/26/2024 10:30:00 AM
 
Archive Date
08/10/2024
 
Point of Contact
Bridget Garnica, Bryce Willett
 
E-Mail Address
bridget.m.garnica.civ@army.mil, bryce.t.willett.civ@army.mil
(bridget.m.garnica.civ@army.mil, bryce.t.willett.civ@army.mil)
 
Description
This is a combined synopsis/solicitation�for�commercial products�or�commercial services�prepared in accordance with the format in�FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the�solicitation; proposals are being requested and a formal�solicitation�will NOT be issued. This is a Request for Proposal (RFP) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC24QHAAS for the HAAS Equipment Maintenance and Repair Services. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. The NAICS code for this procurement is 811310 (Commercial and Industrial Machinery & Equipment (except Automotive & Electronic) Repair & Maintenance). The small business size standard for this NAICS is $12,500,000. The Product Service Code is J034 (Maintenance/ Repair/ Rebuild of Equipment � Metalwork Machinery). Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation.� The website for SAM is https://www.sam.gov/. ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL DESCRIPTION OF REQUIREMENT The anticipated requirement will be a Purchase Order with one (1) Base Year and two (2) Option Years as follows: CLIN����� Description����������������������������������������������������������������� Period of Performance Date 0001����� MAINTENANCE - BASE YEAR�������������������� �������������� 29 August 2024 � 28 August 2025 0002����� REPAIR - BASE YEAR����������������������������������� �������������� 29 August 2024 � 28 August 2025 1001����� MAINTENANCE - OPTION YEAR 1������������ �������������� 29 August 2025 � 28 August 2026 1002����� REPAIR - OPTION YEAR 1��������������������������� �������������� 29 August 2025 � 28 August 2026 2001����� MAINTENANCE - OPTION YEAR2 ������������� �������������� 29 August 2026 � 28 August 2027 2002����� REPAIR - OPTION YEAR 2��������������������������� �������������� 29 August 2026 � 28 August 2027 See Attachment 0001 � Performance Work Statement and Attachment 0002 � HAAS Equipment List for more information regarding the maintenance and repair of the HAAS Equipment. TYPE OF ACQUISITION AND CONTRACT This request for proposal, and any ultimate award, will be sole source and is limited to Phillips Corporation Federal Division, in accordance with the Justification and Approval posted with this solicitation. PLACE OF PERFORMANCE Delivery of materials/ parts and service performed will be FOB Destination at the following: Crane Army Ammunition Activity Building 148 300 Highway 361 Crane, IN 47522-5001 Crane Army Ammunition Activity Delivery Instructions: CAAA receiving hours are 0700 � 1430, Mon � Thurs by APPOINTMENT ONLY. This includes Inert & Freight All Kind (FAK). Appointments shall be made via Carrier Appointment System (CAS). Carriers without access to the CAS system, call (812) 854-2199 or (812) 854-2339, 48 hours prior to delivery for appointment. Failure to follow the protocol stated herein and/ or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away. PROPOSAL SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: Price � Offeror must submit Completed Pricing Sheet at Attachment 0004. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places. Completed Clause at Attachment 0005 � FAR 52.204-24, paragraph (d)(1) and (d)(2) Completed Provisions at Attachment 0006 � FAR 52.212-3 Alt 1, paragraph (b) only. BASIS FOR AWARD The Government intends to make an award after determination that the price is reasonable, and the offeror is responsible. Price Analysis shall be used to determine price reasonableness; additional methods of price analysis may be used as determined by the contracting officer. These methods may include information/ output from sources such as, but not limited to, the Governmental agencies and personnel. The Government reserves the right to require the submission of any data (i.e. Data other Than Certified Cost or Pricing Data) necessary to validate the reasonableness of an offer. Total Price is calculated as the sum of all CLINs added together. LISTING OF ATTACHMENTS Attachment 0001 � HAAS Performance Work Statement Attachment 0002 � HAAS Equipment List Attachment 0003 � WD No.: 2015 -4821 Revision 26; 25APR2024 Attachment 0004 � Price Sheet Attachment 0005 � FAR 52.204-24 Provision Attachment 0006 � FAR 52.212-3 Alt 1 Provision Attachment 0007 � Solicitation Provisions & Clauses Attachment 0008 - JA HAAS Equipment Maintenance Repair DEADLINE FOR SUBMISSION Offers are due on 26 July 2024 no later than 12:30 PM Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist, Bridget Garnica, bridget.m.garnica.civ@army.mil and Contracting Officer, Bryce Willett, bryce.t.willett.civ@army.mil.� Offerors shall include �W519TC24QHAAS Response � [Insert Offeror�s Name]� 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 listed above. **Note: Questions concerning this solicitation shall be submitted 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. End of Addendum 52.212-1
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f235e5c5e17c4e6c952b4012fe0e9ec5/view)
 
Place of Performance
Address: Decatur, IN, USA
Country: USA
 
Record
SN07112106-F 20240630/240628230122 (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.