MODIFICATION
J -- OPTION - Gym Equipment Maintenance
- Notice Date
- 10/18/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- 976 William H. Wilson Ave, Bldg. 621, Fort Stewart, GA 31314
- ZIP Code
- 31314
- Solicitation Number
- W9124M18Q0033
- Response Due
- 10/22/2018
- Archive Date
- 4/20/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W9124M18Q0033 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 811490 with a small business size standard of $7.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-10-22 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance. The MICC Fort Stewart requires the following items, Meet or Exceed, to the following: Base Period of Performance: 11/01/2018 - 10/31/2019 LI 001: Base Year Gym Equipment Mx Weekly Gym Equipment Preventive Maintenance- See PWS, 1, JOB; LI 002: Parts and Repair (On-Call) Line of Accounting for Parts and Equipment Repair, NTE: $5,000.00. Repair Support for on-call repairs. Response time is within 48 hours of notification. Includes remedial action, such as: diagnosis and troubleshooting, parts ordering and replacement, parts assembly/disassembly, and corrective maintenance. See PWS for approval process., 1, JOB; LI 003: 1st QTR Deep Clean See PWS POP 01-NOV-2018 TO 14-JAN-2019, 1, JOB; LI 004: 2nd QTR Deep Clean See PWS POP 15-JAN-2019 TO 14-APR-2019, 1, JOB; LI 005: 3rd QTR Deep Clean See PWS POP 15-APR-2019 TO 14-JUL-2019, 1, JOB; LI 006: 4th QTR Deep Clean See PWS POP 15-JUL-2019 TO 31-OCT-2019, 1, JOB; LI 007: Contractor Manpower Reporting See PWS for Manpower Reporting Requirements using ECMRA (Enterprise Contractor Manpower Reporting Application), 1, JOB; Option 1 Period of Performance: 11/01/2019 - 10/31/2020 LI 001: Base Year Gym Equipment Mx Weekly Gym Equipment Preventive Maintenance- See PWS, 1, JOB; LI 002: Parts and Repair (On-Call) Line of Accounting for Parts and Equipment Repair, NTE: $5,000.00. Repair Support for on-call repairs. Response time is within 48 hours of notification. Includes remedial action, such as: diagnosis and troubleshooting, parts ordering and replacement, parts assembly/disassembly, and corrective maintenance. See PWS for approval process., 1, JOB; LI 003: 1st QTR Deep Clean See PWS POP 01-NOV-2019 TO 14-JAN-2020, 1, JOB; LI 004: 2nd QTR Deep Clean See PWS POP 15-JAN-2020 TO 14-APR-2020, 1, JOB; LI 005: 3rd QTR Deep Clean See PWS POP 15-APR-2020 TO 14-JUL-2020, 1, JOB; LI 006: 4th QTR Deep Clean See PWS POP 15-JUL-2020 TO 31-OCT-2020, 1, JOB; LI 007: Contractor Manpower Reporting See PWS for Manpower Reporting Requirements using ECMRA (Enterprise Contractor Manpower Reporting Application), 1, JOB; Option 2 Period of Performance: 11/01/2020 - 10/31/2021 LI 001: Base Year Gym Equipment Mx Weekly Gym Equipment Preventive Maintenance- See PWS, 1, JOB; LI 002: Parts and Repair (On-Call) Line of Accounting for Parts and Equipment Repair, NTE: $5,000.00. Repair Support for on-call repairs. Response time is within 48 hours of notification. Includes remedial action, such as: diagnosis and troubleshooting, parts ordering and replacement, parts assembly/disassembly, and corrective maintenance. See PWS for approval process., 1, JOB; LI 003: 1st QTR Deep Clean See PWS POP 01-NOV-2020 TO 14-JAN-2021, 1, JOB; LI 004: 2nd QTR Deep Clean See PWS POP 15-JAN-2021 TO 14-APR-2021, 1, JOB; LI 005: 3rd QTR Deep Clean See PWS POP 15-APR-2021 TO 14-JUL-2021, 1, JOB; LI 006: 4th QTR Deep Clean See PWS POP 15-JUL-2021 TO 31-OCT-2021, 1, JOB; LI 007: Contractor Manpower Reporting See PWS for Manpower Reporting Requirements using ECMRA (Enterprise Contractor Manpower Reporting Application), 1, JOB; Option 3 Period of Performance: 11/01/2021 - 10/31/2022 LI 001: Base Year Gym Equipment Mx Weekly Gym Equipment Preventive Maintenance- See PWS, 1, JOB; LI 002: Parts and Repair (On-Call) Line of Accounting for Parts and Equipment Repair, NTE: $5,000.00. Repair Support for on-call repairs. Response time is within 48 hours of notification. Includes remedial action, such as: diagnosis and troubleshooting, parts ordering and replacement, parts assembly/disassembly, and corrective maintenance. See PWS for approval process., 1, JOB; LI 003: 1st QTR Deep Clean See PWS POP 01-NOV-2021 TO 14-JAN-2022, 1, JOB; LI 004: 2nd QTR Deep Clean See PWS POP 15-JAN-2022 TO 14-APR-2022, 1, JOB; LI 005: 3rd QTR Deep Clean See PWS POP 15-APR-2022 TO 14-JUL-2022, 1, JOB; LI 006: 4th QTR Deep Clean See PWS POP 14-JUL-2022 TO 31-OCT-2022, 1, JOB; LI 007: Contractor Manpower Reporting See PWS for Manpower Reporting Requirements using ECMRA (Enterprise Contractor Manpower Reporting Application), 1, JOB; Option 4 Period of Performance: 11/01/2022 - 10/31/2023 LI 001: Base Year Gym Equipment Mx Weekly Gym Equipment Preventive Maintenance- See PWS, 1, JOB; LI 002: Parts and Repair (On-Call) Line of Accounting for Parts and Equipment Repair, NTE: $5,000.00. Repair Support for on-call repairs. Response time is within 48 hours of notification. Includes remedial action, such as: diagnosis and troubleshooting, parts ordering and replacement, parts assembly/disassembly, and corrective maintenance. See PWS for approval process., 1, JOB; LI 003: 1st QTR Deep Clean See PWS POP 01-NOV-2022 TO 14-JAN-2023, 1, JOB; LI 004: 2nd QTR Deep Clean See PWS POP 15-JAN-2023 TO 14-APR-2023, 1, JOB; LI 005: 3rd QTR Deep Clean See PWS POP 15-APR-2023 TO 14-JUL-2023, 1, JOB; LI 006: 4th QTR Deep Clean See PWS POP 14-JUL-2023 TO 31-OCT-2023, 1, JOB; LI 007: Contractor Manpower Reporting See PWS for Manpower Reporting Requirements using ECMRA (Enterprise Contractor Manpower Reporting Application), 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Stewart intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Stewart is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies to this acquisition and is included. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. FAR 52.222-41 Service Contract Labor Standards (Aug 2018) will apply. DFAR 252.211-7003, Item Identification and Valuation Reference: http://farsite.af.mil This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) Shipping charges shall be included in the purchase cost of the products. Sellers shall deliver the products on the own conveyance to the location listed on the purchase order. No partial shipments unless otherwise specified at time of order. In accordance with DFARS 252.232-7003, “Electronic Submission of Payment Requests and Receiving Reports ”, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under “about WAWF ”. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL To request a questions and answers summary please email clientservices@fedbid.com or submit a request through the "submit a question" feature. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement; (ii) price; (iii) past performance Technical and past performance, when combined, are significantly more important than cost or price. Technical capability will be evaluated by calculation of the SCA labor wage rates for maintenance and custodial services in Liberty County, GA. These wage rates will be applied to an estimate of 1 hour of labor per machine or latrine as quantified and iterated in the performance work statement. Past Performance may be base on one or more of the following IAW FAR 13.106-2(b): (A) The contracting officer ™s knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (D) Any other reasonable basis. Price reasonableness will be based on competitive quotations or offers IAW FAR 13.106-3(a)(1). (b) 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ™s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/30d59c8cb2a63a199dc7299df37997d9)
- Place of Performance
- Address: See Place of Performance.
- Zip Code: -
- Zip Code: -
- Record
- SN05128613-W 20181020/181018230726-30d59c8cb2a63a199dc7299df37997d9 (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 |