SOLICITATION NOTICE
Z -- RIGGING SERVICES BASIC ORDERING AGREEMENT
- Notice Date
- 9/22/2025 10:04:40 AM
- 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-R-RIGG
- Response Due
- 10/23/2025 10:30:00 AM
- Archive Date
- 11/07/2025
- Point of Contact
- Bridget Garnica
- E-Mail Address
-
bridget.m.garnica.civ@army.mil
(bridget.m.garnica.civ@army.mil)
- Description
- Section A � Solicitation Executive Summary 1. The Government will procure the requirements utilizing the three-step procurement outlined below. Step One: A Pre-solicitation Notice will not be submitted separately, as this notice will be encompassed together with the Request for Proposal and released in SAM.gov. The website for SAM is https://www.sam.gov. This is a combined synopsis/solicitation for 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. An annual synopsis for requirements falling under the scope of this Basic Ordering Agreement (BOA) will NOT be released in SAM.gov, despite any emergent requirements that may arise throughout the years. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05. The NAICS code for this procurement is 811210 (Electronic & Precision Equipment Repair & Maintenance). The small business standard for this NAICS is $34,000,000. The Product Service Code is J066 (Industrial Products Install, Maintenance, & Repair: Instruments & Laboratory Equipment). Step Two: The Basic Ordering Agreement Request for Proposal (BOA RFP) will be released one time to allow interested contractors an opportunity to submit a proposal for evaluation to obtain an executed Crane Army Ammunition Activity (CAAA) BOA. The Government will execute no-cost BOAs to offerors whose proposals in response to those solicitations are found acceptable on the criteria stated in the RFP. The BOAs will be valid for a period of up to five (5) years beginning from the effective date of the initial BOA execution. NOTE: This BOA RFP will be the only opportunity contractors have to obtain an executed Rigging BOA award to propose on Task Order RFPs issued within the next five (5) years. BOA proposals will not be solicited, accepted, and will not be executed at any other time, even for those emergent requirements not specifically identified in the initial synopsis. Therefore, if a contractor desires to participate in ANY future Rigging task order that may arise within the next five (5) years, it is imperative that the contractor submit a proposal in response to this Rigging BOA RFP. Step Three: The Procuring Contracting Officer (PCO) will issue competitive Task Order RFPs for specific requirements falling under the scope of the Rigging BOA. An offeror must be a qualified BOA holder as of the closing date of a task order solicitation. The Government will confirm that an offeror is a qualified BOA holder by checking the effective date of an offeror�s BOA. Task Order RFPs will result in a Requirement contract. Section C of this RFP includes exceptions for requirements performed by Ability One or 8(a) contractors. 2. The following are the current known requirements: Necessary rigging equipment and machinery to include, but not limited to, lifting equipment with a capacity ranging from a minimum of 4,000 pounds (4K) forklift up to and including a crane capable of lifting 50,000 pounds (50K). Work may be performed in various buildings and environments, including but not limited to warehouses, manufacturing facilities, commercial structures, and outdoor job sites. 3. Offerors must demonstrate the technical capability to perform all three elements listed on the Technical Questionnaire Scenario. The technical capability may be achieved with or without subcontractors. In subsequent Step Three proposals (i.e. Task Order Proposals), Offerors are not required to propose those subcontractors used to establish technical capability in Step Two (i.e. BOA process); however, an offeror shall propose itself and any subcontractors necessary to meet the evaluation criteria and successfully perform the requirements of each Task Order. 4. The Government will execute no cost BOAs to offerors whose proposal in response to the solicitation, W519TC-25-G-2002, are found to be compliant with the instructions specified at COMPLIANCE REQUIREMENTS in Section L of the RFP and are found acceptable based on the criteria stated in Section M. The offerors� attention is directed to Section L and the submission requirements stated therein. Failure to provide a proposal in compliance with the instructions specified at COMPLIANCE REQUIREMENTS in Section L of this RFP shall render the offeror�s proposal non-compliant. The proposal will not be evaluated and will not be further considered for receipt of an executed BOA. Note: The Government reserves the right to waive the Compliance Review if it is in the Government�s best interest to do so. The Government will conduct technical evaluations of the offerors� proposals by applying the evaluation factors and criteria detailed within Section M of the RFP. The Government intends to execute BOA�s based upon the content of initial proposals and without negotiating with offerors after receipt of those initial proposals; as such, an offerors initial proposal should contain sufficient information to satisfy the technical requirements. The Government does reserve the right, however, to negotiate with offerors whose initial proposals are determined to be technically unacceptable if it is in the best interest of the Government to do so. If negotiations are determined to be in the Governments best interest, the Government will only negotiate with those offerors whose proposals do not contain significant informational deficiencies. The Government will not negotiate with offerors whose proposals are determined to contain significant informational deficiencies; those offerors will be precluded from receiving a BOA. Note: Offerors are reminded that this BOA process (both the evaluation of proposals and the placement of BOAs), is not a competitive acquisition process; as such, the source selection policies and procedures of FAR 15.3 do not apply. No pricing information is requested at this time. The execution of a BOA does not guarantee that the Government will place future contracts or orders with the offeror. This BOA RFP incorporates clauses in Attachment 0002 that will apply to future Task Order requirements unless otherwise stated. The clauses included in this BOA RFP do not require Offeror input except for FAR 52.204-24(d) and 52.212-3 Alt 1 paragraphs (c) through (v). The CAAA Execution Business Rules are located in Section C of this solicitation. The CAAA Execution Rules will apply to BOAs and Task Order competitions. SECTION B - CLINs CLIN 0001: Rigging CLIN added for administrative purposes only *See Attachment 0001 � Performance Work Statement Final_24June2025, for more information. SECTION C � CAAA Rigging Execution Business Rules 1. General A BOA is not a contract pursuant to FAR 16.703(a)(3). A Task Order issued pursuant to a BOA will become a binding contract at the time of the Government�s acceptance of a Task Order proposal and award of a Task Order. A BOA will be valid for up to five (5) years beginning from the effective date of the initial BOA execution. IAW DFARS 216.703(c), the period during which orders may be placed against a BOA may not exceed five (5) years. In accordance with FAR 16.703(c)(2), a BOA shall be reviewed annually before the anniversary of its effective date and revised as necessary to conform to the changing requirements of the FAR and other applicable statutes and regulations. BOAs shall be changed only by modifying the agreement itself and not by individual orders issued under it. Modifying a BOA shall not retroactively affect orders previously issued under it. The terms of the BOA may need to be revised before the annual review due to changes in mandatory requirements. Prior to the annual review and renewal, the PCO will notify the contractor in writing informing it of the review and confirming that the contractor wishes to have its BOA renewed. As BOAs are not contracts, either the Government or the contractor may elect not to renew the BOA at the annual review. The Government reserves the right to cancel the BOA if doing so is considered to be in the Government�s best interest. BOA RFPs will be released no more than once per year at the Government�s discretion to allow interested contractors an opportunity to submit a proposal for evaluation to obtain an executed CAAA Rigging BOA. The Government will execute no-cost BOAs to offerors whose proposals in response to those solicitations are found acceptable based on the criteria stated in the RFP. An annual synopsis for requirements falling under the scope of the CAAA Rigging will be released in SAM.gov. The annual synopsis will cover requirements related to Rigging. The Army will not conduct a separate BOA synopsis for any such emergent requirement prior to issuing the applicable competitive Step Three Task Order RFP. Note: This RFP will be the only opportunity contractors will have to obtain an executed CAAA Rigging BOA in order to propose on task order RFPs issued within the year. BOA proposals will not be solicited, accepted, and will not be executed, at any time other than during the annual BOA RFP, even for those emergent requirements not specifically identified in the annual synopsis. Therefore, if a contractor desires to participate in any future CAAA Rigging task order that may arise within the year, it is imperative that the contractor submit a proposal in response to this BOA RFP. Only Army Contracting Command � Rock Island (ACC-RI) is authorized to execute, modify, and undertake annual reviews of BOA awards resulting from this solicitation. With ACC-RIs approval, activities other than ACC-RI are authorized to execute task orders under the BOAs resulting from this solicitation. The execution of a BOA does not guarantee that the Government will place future task orders with the offeror. 2. Step Two Executed BOAs Step Two offerors are required to demonstrate the technical capability to perform all three elements of Rigging that are listed on the Technical Questionnaire Scenario. That technical capability may be achieved with or without subcontractors. No site visit will be required for the BOA. 3. Step Three Task Order Requests Task Orders will only be competed amongst contractors that received a BOA in Step Two. The offeror must be a qualified BOA holder as of the closing date of a task order RFP. The Government will confirm that an offeror is a qualified BOA holder by checking the effective date of an offeror�s BOA. Period of Performance for task orders issued against the BOA will be established in each task order and are effective for up to five (5) years form the task order effective date. A site visit will be required at each task order request. Offerors are NOT required to propose those subcontractors used to establish technical capability in Step Two (i.e., BOA process); however, offerors shall propose themselves and/or subcontractors that can meet the evaluation criteria and successfully perform the requirements of each task order. Specific evaluation criteria will be identified in the task order RFP. Evaluation factors may include Technical, Past Performance, Cost/Price, and Small Business Participation. Task Order source selections may be executed based on the following: evaluation of price alone, lowest price, technically acceptable (LPTA), or best value tradeoff process. A Performance Work Statement specific to the task order requirement and the associated Performance Requirements Summary will be provided at each task order level. A task order issued against the BOA will be issued as a requirements contract. Pricing information will only be required at the task order level. The contract type for Task Orders will be Firm-Fixed Price. The contractor shall adhere to the prices proposed and agreed to in each individual task order issued against the BOA. The contractor is not authorized to begin work on an order issued against the BOA until prices have been established. In the event that the Contracting Officer requires work to begin prior to establishment of pricing, failure to reach agreement on price may be disputed under the Disputes clause FAR 52.233-1. Offerors will certify business size standards at the task order level. The following sections submitted by the offeror with its BOA proposal will be carried forward and incorporated by reference into subsequent Step Three Task Order contracts unless specifically noted otherwise in a particular Task Order RFP: Technical Questionnaire Scenario Failure to comply with any term of the task order, to include meeting small business subcontracting goals, may result in negative past performance, which could negatively impact an offeror�s ability to be successful in future task order competitions. The contractor may be required to enter into an Associate Contractor Agreement (ACA) with another contractor as part of task order performance. Responsibility determinations will be made at Step Three. An otherwise successful offeror may not be eligible for award if it cannot be determined responsible for any of the reasons in FAR 9.104. 4. Ability One Program Contracts and/or 8(a) Contracts Notwithstanding the inclusion of FAR 52.216-21 in future task orders, any maintenance, supply and transportation tasks currently being performed by an Ability One contractor or an 8(a) contractor at task order locations or subsequently determined appropriate for performance by an AbilityOne contractor or an 8(a) contractor, will not be included within the scope of the CAAA Rigging requirements task orders. It should be noted; however, some task orders might be issued as an 8(a) set-aside; therefore 8(a) will be included in those task orders. SECTION H � Special Contract Requirements Required Insurance: Pursuant to paragraph (a) of FAR Clause 52.228-5, �Insurance Work on a Government Installation�, or FAR Clause 52.228-7, �Insurance Liability to Third Persons�, the contractor shall procure and maintain the following insurance during the entire period of performance under this contract: TYPE AMOUNT Workers Compensation As required by Law Employers Liability Minimum liability limit $100,000 General Liability Minimum bodily injury limits, $500,000 per occurrence Automobile Liability Minimum liability of $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage Aircraft Public and Passenger Coverage required when contract performance involves use of Liability aircraft: Minimum liability of $200,000 per person, $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Passenger liability shall be at least $200,000 multiplied by the number of seats or number of passengers; whichever is greater Vessel Collision Liability Coverage required when contract performance involves use of vessels: Minimum liability of $5,000,000 of the market value of the property being shipped by vessel, whichever is greater SECTION J � List of Attachments Attachment 0001 - Rigging BOA Performance Work Statement; dated 24 June 2025 Attachment 0002 � Wage Determinations No.: 2015 � 4821 Revision 29; 07MAY2025 Attachment 0003 � Provisions and Clauses Attachment 0004 � FAR 52.204-24(d) Attachment 0005 � FAR 52.212-3 Alt 1 paragraphs (c) through (v) Attachment 0006 � Technical Questionnaire Scenario Attachment 0007 � Blocked File Extensions Attachment 0008 - Offeror Name POCS Section L � Instructions, Conditions, and Notices to Offerors This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses: https://farsite.hill.af.mil/ or https://www.acquisiton.gov/ If the provision requires additional or unique information, then that information is provided immediately after the title of the provision. 1. GENERAL INSTRUCTIONS These instructions are a guide for preparing a proposal. These instructions describe the type and extent of information required, and they emphasize the significant areas to be addressed in the proposal. Review of the Performance Work Statement (PWS) (Attachment 0001) contained in this RFP will provide further insight into the areas that shall be addressed within the proposal. Include sufficient information to enable the Government evaluators to make a determination relative to the offerors understanding of the requirements in each of the evaluated areas. It is the Government�s intent to execute BOAs to offerors who are qualified by receiving an Acceptable rating for Technical. Past Performance and Cost/ Price evaluations will not be performed at the BOA level. The Government intends to execute BOAs based upon the content of initial proposals and without negotiating with offerors after receiving those initial proposals; as such, an offerors initial proposal should contain sufficient information to satisfy the technical requirements. Offerors are cautioned to examine this solicitation in its entirety to ensure that its proposal contains all necessary information, provides all required documentation, and is complete in all respects. The Government is not obligated to make another request for the required information, nor does the Government assume the duty to search for data or to cure problems it finds in proposals. The Government does reserve the right, however, to negotiate with offerors whose initial proposals are determined to be technically unacceptable if it is in the best interest of the Government to do so. If negotiations are determined to be in the Governments best interest, the Government will only negotiate with those offerors whose proposals do not contain significant informational deficiencies. The Government will not negotiate with offerors whose proposals are determined to contain significant informational deficiencies; those offerors will be precluded from receiving a BOA and will be notified in writing. Offerors are reminded that this BOA process (both the evaluation of proposals and the placement of BOAs), is not a competitive acquisition process; as such, the source selection policies and procedures of FAR 15.3 do not apply. Task Orders issued against the BOA will be competitive. The proposal shall be valid for 180 days from the required submission date. Late proposals will not be accepted. Updates to the solicitation, to include the RFP, amendments, notices, and other information, will be made available on the SAM.gov (SAM.gov) website. Offerors are advised to continually monitor SAM.gov for new information. Offerors are deemed to have knowledge of all information that is posted on SAM.gov. 2. PROPOSAL PREPERATION The proposal shall be prepared in a clear, legible, practical manner. In addition, the offeror shall write the proposal in English and shall be specific and complete as described in these instructions. Adherence to the prescribed format is required. Failure to provide a proposal in compliance with the instructions specified as COMPLIANCE REQUIREMENT in Section L of this RFP shall render the offeror�s proposal non-compliant. The proposal will not be evaluated and will not be further considered for receipt of an executed BOA. In accordance with FAR 52.212-1(g), the Government intends to award a BOA against this solicitation without discussions. The Government is not obligated to engage in any exchange with an offeror who fails to provide all the required documents for evaluation. Note: The Government reserves the right to waive the Compliance Review if it is in the Government�s best interest. No classified material shall appear anywhere within the proposal. The offeror must be registered in the System for Award Management (SAM) at the time of response to this solicitation and have a Commercial and Government Entity (CAGE) Code. Digital Microsoft (MS) Word and MS Excel files, where requested and required pursuant to provisions of this RFP, shall be compatible with MS Office 365. Note: The offeror shall not lock, or password protect any file (e.g. *.doc, *.pps, *.xls, *.txt, *msg). Adobe Portable Document Format (PDF) Files: Scanned PDF documents, where requested and required pursuant to provisions of this RFP, must be legible and must be viewable in Adobe Acrobat. Text Searchable Adobe PDFs: File formats that are identified as Text Searchable Adobe PDF must be formatted to contain searchable text. Note: All Narrative elements of the file must be able to be searched for text. The Government will not accept scanned or image-only PDF files in lieu of this requirement and will not invoke the text recognition feature within Adobe. Compressed files (e.g. *.zip) and Executable files (e.g. *bat, *.exe, *jar, *wsf) will NOT be accepted. Refer to Attachment 0007 for a complete list of non-acceptable file types. 3. PROPOSAL SUBMITTAL INSTRUCTIONS The offeror shall submit its proposal electronically via email to the Contract Specialist and Contracting Officer listed on the RFP for each Task Order and BOA. For the award of this BOA, the Contract Specialist is Bridget Garnica bridget.m.garnica.civ@army.mil and the Contracting Officer is Bryce Willett bryce.t.willett.civ@army.mil. Offerors shall include �W519TC25G2002 Response � [Insert Offeror�s Name]� within the Subject line. The closing date and time for the BOA solicitation is 23 October 2025 no later than 12:30 PM Central Time. Offerors interested in submitting a proposal must respond to the solicitation by the closing date and time. Note: Offerors must first submit a proposal in response to this RFP to compete and be considered for award for ANY of the upcoming CAAA Rigging Task Orders that will be released within the next five (5) years. Offerors should enter a description for every file uploaded. For files over ten (10) megabytes (MB) the �Large Upload (JAVA)� button must be utilized. The combined file size limit for upload using �Large Upload *JAVA)� is 100MB. If needed, the offeror can break single files over 100MB into smaller files or use the upload utility multiple times if files exceed the 100MB size limit. File size and number of files to be uploaded will be factors to consider. Offerors should allow adequate time for submission completion because the entire proposal must be received by the due date and time for the proposal to be considered timely. To avoid rejection of an offeror, the offeror shall make every effort to ensure its electronic submission is virus free. Submissions or portions thereof submitted and which the automatic system detects the presence of a virus, or which are otherwise unreadable will be treated as unreadable pursuant to FAR 15.207(c). Digital files names shall use the required naming convention for each specific proposal document identified below. File names must be 40 characters or less and must not contain single quotes, spaces and pound or percentage signs. If an offeror�s file name is too long (more than 40 characters), it is permitted to abbreviate the Name of the Company filed within the file name. The abbreviation used for the name of the company should be consistent across all file names found within the proposal. Once the offeror�s proposal is submitted, it can be systematically revised prior to the solicitation response deadline. 4. PROPOSAL STRUCTURE The offeror shall submit a proposal in accordance with the guidelines below. For all documents except for Attachment 0006 Questions Scenario, each page shall include the complete offeror�s name, offeror�s CAGE Code, BOA RFP number, and proposal submission date in a header and/ or footer. Each offeror shall submit ONLY one proposal and that proposal shall address all the requirements of the RFP. To be considered for this BOA, the offeror must submit a complete response to this RFP using the instructions provided in Section L. If the offeror�s proposal fails to meet the terms and conditions of the RFP or takes exception to any of the terms and conditions of the RFP, the offeror�s proposal will not be acceptable and will not be further considered for the execution of a BOA. The offeror shall provide sufficient detail to substantiate the validity of all stated assertions. The proposal must not merely repeat the RFP requirements but rather must provide narrative evidence in support of any statements relating to proposed capabilities or relevant experience. Data not submitted with the proposal and presumed to be known (i.e., previous projects performed for the United States Government) will not be considered as part of the proposal. 5. INFORMATION TO BE SUBMITTED Offerors shall submit the following in response to this solicitation: Completed Clause at Attachment 0004 � FAR 52.204-24, paragraph (d)(1) and (d)(2) Completed Provisions at Attachment 0005 � FAR 52.212-3 Alt 1, paragraph (c) only. Technical Questionnaire Scenario demonstrating sufficient capability to perform the services specified within this solicitation and Attachment 0001 � Rigging BOA PWS. Offeror Point of Contact 6. QUESTIONS Vendor 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 and all task order solicitations at the earliest time possible, to enable the Buyer to respond. Questions that are not received 72 hours prior to the closing of the solicitation may not be considered. 7. OFFEROR POINTS OF CONTACT (POC) The offeror(s) are required to provide two (2) company individuals whose responsibilities will include reading and responding to Government proposal inquiries through e-mail. For example, the offeror�s Contract Manager, as an agent of the company, might be the main agent responsible, but a second agent should be available in case of the main agent�s unavailability. The two (2) agents� names, titles, telephone numbers, email addresses, and mailing addresses shall be provided in Attachment 0008. Required File Name: OfferorName_Att0008_POCs File Format: Adobe PDF or MS Word Page Limit: None 8. TECHNICAL FACTOR For the Government to have a reasonable expectation of an offeror�s ability to successfully perform on subsequent efforts, the offeror must demonstrate technical capability by detailing its proposed technical approach to meet the requirements specified in the PWS and this RFP by providing the following: Technical Questionnaire Scenario, included as Attachment 0006. TECHNICAL QUESTIONNAIRE SCENARIO The offeror's Questions Scenario (Attachment 0006) must adhere to the following: Required File Name: Offeror's Name_Attachment_0006 File Format: Text Searchable Adobe PDF Page Limit for the TQS is ten (10) pages not including any lead team members one page resume Page Limit excludes cover page, table of contents, and glossary of abbreviations and acronyms Pages larger than 8.5 inches x 11 inches will be counted as two (2) pages The font size shall be no less than 10-point font for all documents to include charts, tables, and diagrams. COMPLIANCE REQUIREMENT Proposals will be evaluated for compliance based upon the submission requirements contained in the RFP, including all attachments. Failure to provide the attachments, with a heavy emphasis on Attachment 0006 Technical Questionnaire Scenario in the Government-provided format will render the offeror's proposal non-compliant, and it will not be further evaluated nor considered for award of an executed BOA. The offeror shall provide the Technical Questionnaire Scenario specific to the Rigging effort that identifies the offerors� core competencies, demonstrates how those cited core competencies relate to the Rigging effort and the ability to create a dynamic organization fully capable of supporting the Government�s requirements by applying those core competencies. To demonstrate its technical capability, as related to the Rigging effort, the offeror must specifically address the following three elements: Technical Expertise/ Experience Project Team Technical Approach Technical Expertise/ Experience: The offeror must provide its recent and relevant experience, as a measure of the likelihood to ensure proper execution. Experience shall be provided on Attachment 0006 Question One (1) and Two (2). The Government does not require additional documentation for experience other than a completed Attachment 0006 Questions Scenario; additional documentation, if submitted, will not be evaluated by the Government. Offerors shall identify no less than one (1), and no more than three (3), recent and relevant contracts. At least one of the contract references submitted must have been performed by the offeror. If the offeror is relying upon a reference for its parent or an affiliate company to satisfy this requirement, in accordance with L and M, the offeror must explain how the resources of the parent or affiliate company will be utilized in performance of the proposed effort. If an offeror identifies experience of another company/legal entity with a CAGE code different than its own (whether it be a parent company, an affiliate, or a company being proposed as a subcontractor), the offeror shall certify that it has permission from an authorized agent of that other company to submit the contract reference information as part of the offerors Technical Questionnaire Scenario; said certification is provided by signing the applicable line on Attachment 0006. Recent is defined as a measure of time that has elapsed since the contract reference occurred. Recent is generally expressed as a time during which contract references are considered relevant. For the purpose of this requirement, recent is any contract under which any performance, delivery, or corrective actionhas occurred within the following time standards: three (3) years prior to this RFP closing date, regardless of the award date. Relevant is defined as similar in scope and complexity to this effort, which are defined as follows: Scope: The type of requirements/tasks performed under the contract. Complexity: Two or more simultaneous efforts being performed within the SAME functional area (e.g., field level maintenance, technical inspections, and production control). If the offeror is citing the core competencies and previous experience of a parent or affiliate company as part of the identification of its own core competencies and previous experience, the offeror shall explain how the resources of the parent or affiliate company will be utilized in performance of the proposed effort. Project Team: The offeror must provide their company�s ability to perform rigging, crane, and material handling support to relocate, demo, and install machinery per the PWS. Technical Approach: The offeror must describe in detail the equipment that will be used during the rigging process to safely perform the movement of large and small industrial equipment. In addition, the offeror must identify its process of identifying, vetting, partnering, and leading subcontractors, as well as the offerors process for replacing and adding subcontractors, if necessary, due to non-performance or operational changes to the effort. SECTION M - EVALUATION FACTORS FOR AWARD 1. EVALUATION METHODOLOGY & BASIS FOR EXECUTION OF A BOA The Government will execute a BOA to any offeror whose proposal complies with the RFP requirements and is determined to be Technically Acceptable. Compliance Review: The Government will compare the offeror's proposal to Section L (8) to perform a compliance review. Any offeror's proposal determined non-compliant per the terms noted in Section L (8) will not be evaluated and will not be further considered for execution of a BOA. Only offerors whose proposals are determined to be compliant will m...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a2619df5e9fe4719a48eb9210b2dd549/view)
- Place of Performance
- Address: Crane, IN, USA
- Country: USA
- Country: USA
- Record
- SN07599685-F 20250924/250922230045 (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 |