Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2025 SAM #8536
SOLICITATION NOTICE

Z -- W519TC-25-Q-STOK Rigging, Crane and Material Handling Support to Relocate Stoke Press

Notice Date
4/8/2025 1:20:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-25-Q-STOK
 
Response Due
5/8/2025 11:00:00 AM
 
Archive Date
05/23/2025
 
Point of Contact
Dustin Sexton, Phone: 5206930025, Bryce Willett
 
E-Mail Address
Dustin.p.Sexton.civ@army.mil, bryce.t.willett.civ@army.mil
(Dustin.p.Sexton.civ@army.mil, bryce.t.willett.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a formal solicitation will NOT be issued. Army Contracting Command � Rock Island (ACC-RI) is issuing a solicitation for a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC25QSTOK for Rigging, Crane and Material Handling Support to Relocate a Stokes Press in support of Crane Army Ammunition Activity (CAAA). The NAICS code for this procurement is 238290 Other Building Equipment Contractors. The small business size standard for this NAICS is $22,000,000. The Product Service Code is Z2JZ Repair or Alteration of Miscellaneous Buildings. Offerors must be registered within the System for Award Management (SAM) database 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: Please see attachment 0002 � Pricing Matrix for CLIN structure. **See Attachment 0001 � Performance Work Statement (PWS) � Rigging Relocation of Stokes Press PWS, 03APRIL2025. TYPE OF ACQUISITION AND CONTRACT Award will be made using Lowest Price Technically Acceptable (LPTA), resulting in a single award Firm Fixed Price Contract. PLACE OF PERFORMANCE Performance will be FOB Destination at the following: 300 Highway 361 Crane IN 47522 Bldg 104 PROPOSAL SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: Price � Offerors must submit Completed Price Matrix at Attachment 0002. All sections shall be completed. Prices shall be stated to 2 decimal places. Completed Provision at Attachment 0003 � FAR 52.204-24, paragraph (d)(1) and (d)(2). Completed Provision at Attachment 0004 � FAR 52.212-3 Alt 1, paragraph (b) only. Complete a MANDATORY onsite visit. PART ONE: EVALUATION FACTOR 1- TECHNICAL All the requested items are provided in the quote presented by the offeror. The items presented should match the technical specifications and work provided in the PWS (Attachment 0001) and not to exceed quantity. All offerors will complete a site visit as described below: SITE VISIT Due to the sophisticated nature of the requirement, a site visit will be required from all prospective bidders during the solicitation stage. This will ensure the bidder is aware of the location and any special considerations needed to complete the tasks outlined. No site photos will be allowed or provided for this project. Please be advised that a mandatory onsite visit is required as part of the evaluation process. This visit is scheduled for Tuesday, April 22nd, 2025 at 1:00pm CST. Attendance is required for all offerors. Please plan accordingly, as this date is firm, and NO alternative dates or accommodations will be available. Failure to attend will result in disqualification from further consideration. Those that will be in attendance, please forward the following information for the person attending the site visit to Dustin Sexton, dustin.p.sexton.civ@army.mil and put �Site Visit Information for W519TC-25-Q-STOK� in the subject line: Last Name, First Name and Middle Initial Email Phone Company Name Reason for Visit Date of Visit Foreign National ; Yes or No Nationality Please submit the above information NLT Thursday, 17 APRIL 2025 1:00PM CST. PART TWO: EVALUATION FACTOR 2 � PRICE Quoters shall adhere to the Instructions on the Government provided Price Matrix (Attachment 0002) and fully complete ALL required fields. BASIS FOR AWARD The Government anticipates one (1) Award to the offeror whose quote provides the best value to the Government using a Lowest Price Technically Acceptable (LPTA) approach. 1. This order will be awarded on the basis of technical acceptability, price, and completed site visit. 2. The basis for technical acceptance is whether all the requested items are provided in the quote presented by the offeror. The items presented should match the technical specifications and not to exceed quantity. 3. Following, the determination of technical acceptance, the lowest price of the technically acceptable quotes and completed site visit will receive the award. 4. In accordance with Far 52.212-1(g), quotations are intended to be evaluated and the award made, without discussions, unless discussions are determined necessary. 5. Total Price is calculated as the sum of all CLINs added together. EVALUATION CRITERIA The Government will evaluate Quotations as follows: FACTOR 1: TECHNICAL: The Government will evaluate Factor 1, Technical, using the following criteria: Demonstration of a clear understanding of the requirements and deliverables, and on the Offeror�s expressed ability to successfully perform. If the Quotation sufficiently demonstrates a clear understanding and ability to perform the requirement, then the Government will accept without further explanation that the contractor can perform all PWS requirements. The Quoter may discuss non-critical requirements. However, if the Quoter provides statements which cause the Government to question the Quoter�s ability to perform those non-critical requirements, such statements will be evaluated accordingly. FACTOR 2: PRICE The Government will evaluate Factor 2 � Price, for the following: Compliance: Quotations will be evaluated for compliance based upon the submission requirements contained in the solicitation. Price Reasonableness: The Quoter�s Price Quotation will be evaluated to determine reasonableness. In accordance with FAR 31.201-3, a price is reasonable if, in its nature and amount, does not exceed that which would be incurred by a prudent person in conduct of competitive business. Total Price is calculated as the sum of all CLINs added together LISTING OF ATTACHMENTS Attachment 0001 � Rigging Relocation of Stokes Press PWS, dated 03APR2025 Attachment 0002 - Pricing Matrix Attachment 0003 - FAR 52.204-24 Provision Attachment 0004 - FAR 52.212-3 Alt 1 provision Attachment 0005 � Wage Determination Attachment 0006 - Provisions and Clauses DEADLINE FOR SUBMISSION Offers are due on 08 May 2025 no later than 1:00 PM Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist, Dustin Sexton, dustin.p.sexton.civ@army.mil and Contracting Officer, Bryce Willett, Bryce.t.willett.civ@army.mil. Offerors shall include �W519TC25QSTOK Response � [InsertOfferor�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: Interested offerors must submit any questions concerning this solicitation no later than 29 April 2025, to enable the Buyer to respond. Questions not received prior to 29 April 2025 will not be considered. If needed, a final amendment will be submitted by 01 MAY 2025. End of Addendum 52.212-1
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5cea68d38c4945bd9abac849e09e1f36/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN07401077-F 20250410/250408230050 (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.