SOLICITATION NOTICE
J -- Fort Mifflin Preventative Maintenance and Repair IDIQ - Solicitation - Past Performance Questionnaire - SB Participation Plan
- Notice Date
- 12/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU18R0005
- Archive Date
- 1/24/2018
- Point of Contact
- Linda M. Dobbs, Phone: 2156566923, Gregory C. Keaton, Phone: 215-656-3826
- E-Mail Address
-
linda.m.dobbs@usace.army.mil, gregory.c.keaton@usace.army.mil
(linda.m.dobbs@usace.army.mil, gregory.c.keaton@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Small Business Participation Plan BLANK Past Performance Questionnaire Solicitation No. W912BU18R0005 a. This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a formal written solicitation will be included as part of this submission. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. b. The Solicitation Number for this acquisition is W912BU-18-R-0005 and a separate attachment (SF1449) is issued as a Request for Proposals (RFP). c. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96, effective 6 Nov 2017. d. This requirement is being solicited as Unrestricted under North American Industry Classification System (NAICS) code 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a size standard of $7,500,000.00. e. The U.S. Army Corps of Engineers (USACE) intends to initiate a negotiated, best-value procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) to provide preventative maintenance services and major/minor repairs to the Fort Mifflin Project Office, Philadelphia District, Operations Divisions Heavy Equipment that includes Caterpillar Pontoon Excavators (325 & 329), Caterpillar Track Excavators (325 & 330), Volvo Track Excavator (EC300), Caterpillar D-6 High Sprocket Dozers, Caterpillar Rubber Tire Backhoe, Caterpillar (928F) Rubber Tire Wheel Loader, Caterpillar Grader (130G), John Deere Articulate Dump (25011) and a Caterpillar Track Front End Loader (953D). The contractor shall furnish all labor, supervision, components, replacement parts and equipment necessary for the performance of the work required under this preventive maintenance/routine maintenance and repair contract as specified in the PWS. Service Contract Act sWage Rates apply. The period of performance shall be for one (1) year, from date of award and will include four (4) option years. The estimated value of this contract (total contract ceiling) is not to exceed $2,000,000.00 in aggregate task order awards. The acquisition will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in Part 15.101 of the Federal Acquisition Regulation (FAR). The source selection approach for this contract will be the Tradeoff Process; it will be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. The eight (8) evaluation factors that will be used in determining the most beneficial offer to the government are: Technical Capability, Scheduling Capability, Logistics, Quality Control, Training, Past Performance, Price Reasonableness, and Small Business Participation. Narratives must clearly define the proposed scope and quality levels that the contractor is offering to the Government in enough detail for the Government and the offeror to mutually understand whether the proposal meets or exceeds the minimum solicitation requirements. Detailed evaluation criteria will be included in the RFP package. Initial price proposals for the IDIQ as well as the included "sample" Task Order must be submitted along with the initial technical proposal to the Contracting Officer in accordance with the requirements of RFP. Offerors are advised that the Government may award a contract based on initial proposals received without discussions or any contact concerning the proposal received; therefore, each proposal should contain the offeror's best terms. f. FAR Provisions and Clauses applicable to this acquisition are provided on an attached SF1449 and are incorporated in their entirety. Each offer is required to fill out and sign the SF1449 and return a signed copy along with their proposal by the closing date and time listed. g. All proposals shall be submitted electronically in accordance with the instructions listed in this combined synopsis /solicitation to Linda M. Dobbs at linda.m.dobbs@usace.army.mil. The Technical and Past Performance Section and the Solicitation, Offer and Award Documents Section shall be in PDF format. The Price Section shall be in Microsoft Excel (attachments). There are no page limitations. It is the contractor's responsibility to monitor FBO for any amendments. If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with the proposal at time proposals are due. Award will be made as a whole to one offeror. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. All contractors are required to be registered in the DOD's System for Award Management before award as required by DFARS 204.7300. Information on getting registered may be obtained by accessing the following internet website: https://www.sam.gov. h. All prospective contractors are urged and expected to visit the sites where the vehicles are located prior to submitting a proposal. A site visit is encouraged and can be arranged by coordinating with Mr. Dave Evinger via email at David.C.Evinger@usace.army.mil or by phone at (267) 284-376-6513. The site visits will be conducted at Fort Mifflin, 6400 Hog Island Road, Fort Mifflin Pa 19153 on Thursday, December 14, 2017 at 9:00 am and Pedricktown, Blg. 613 Artillery Rd Rt 130, Pedricktown, NJ 08067 on Friday, December 15, 2017 at 9:00 am. i. For information regarding this solicitation, the USACE Point of Contact is Mrs. Linda M. Dobbs, 215-656-6923, linda.m.dobbs@usace.army.mil. Please email any questions you may have regarding this effort to linda.m.dobbs@usace.army.mil and the Contracting Officer will coordinate a response. All questions must be received no later than 28 December 20117 @ 12:00PM (1200) Eastern Standard Time. (12) Place of Performance: NAP Philadelphia District (13) Set Aside Status: Unrestricted (14) Additional Information: NA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU18R0005/listing.html)
- Place of Performance
- Address: See PWS, United States
- Record
- SN04759917-W 20171209/171207230957-c96f1ad985294ac52781015c1a275d20 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |