SOLICITATION NOTICE
J -- OPTION - Generator Maintenance for DR-4339-PR Puerto Rico
- Notice Date
- 3/23/2020 12:23:27 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FEMA WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FBR220Q00000043
- Response Due
- 3/27/2020 12:00:00 AM
- Archive Date
- 09/23/2020
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 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 70FBR220Q00000043 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 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.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-03-27 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Place of Performance. The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 04/04/2020 - 07/03/2020 LI 001: Provide Routine Maintenance and labor for four (4) generators per attached Statement of Work., 3, MO; LI 002: Emergency Repairs and Labor for four (4) generators for three (3) months per attached Statement of Work., 1, LOT; LI 003: Parts and Materials for four (4) generators for three (3) months per attached Statement of Work., 1, LOT; LI 004: Loading, Unloading, Handling, Transportation, Installation and De-Installation for four (4) generators for three (3) months per attached Statement of Work., 1, LOT; LI 005: Load Bank Test up to seven (7) tests for three (3) months per attached Statement of Work., 1, LOT; Option 1 Period of Performance: 07/04/2020 - 10/03/2020 LI 001: Provide Routine Maintenance and labor for four (4) generators per attached Statement of Work., 3, MO; LI 002: Emergency Repairs and Labor for four (4) generators for three (3) months per attached Statement of Work., 1, LOT; LI 003: Parts and Materials for four (4) generators for three (3) months per attached Statement of Work., 1, LOT; LI 004: Loading, Unloading, Handling, Transportation, Installation and De-Installation for four (4) generators for three (3) months per attached Statement of Work., 1, LOT; LI 005: Load Bank Test up to seven (7) tests for three (3) months per attached Statement of Work., 1, LOT; Option 2 Period of Performance: 10/04/2020 - 01/03/2021 LI 001: Provide Routine Maintenance and labor for four (4) generators per attached Statement of Work., 3, MO; LI 002: Emergency Repairs and Labor for four (4) generators for three (3) months per attached Statement of Work., 1, LOT; LI 003: Parts and Materials for four (4) generators for three (3) months per attached Statement of Work., 1, LOT; LI 004: Loading, Unloading, Handling, Transportation, Installation and De-Installation for four (4) generators for three (3) months per attached Statement of Work., 1, LOT; LI 005: Load Bank Test up to seven (7) tests for three (3) months per attached Statement of Work., 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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. DHS Federal Emergency Management Agency 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52,225-1, 52.225-3, 52.225-5, 52.225-13, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Disaster or Emergency Area Representation (Nov 2007) (a) Set-aside area. The area covered in this contract is: Puerto Rico (b) Representations. The offeror represents that it ?does/does not reside or primarily do business in the designated set-aside area. Proposals will only be considered from Puerto Rico based bidders residing within disaster declaration DR-4339-PR PUERTO RICO (all municipalities). FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.222-41 Service Contract Labor Standards. See attached applicable wage determination. FAR 52.203-17 - Contractor Employee Whistleblower Rights. FAR 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area. a. Technical Approach/Capability �Qualifications and experience of key personnel to include subcontractor personnel and capability. �Equipment and inventory and ability to respond to both routine maintenance and emergency repairs,to meet all scheduling requirements. �Quality assurance and safety plans b. Past Performance on similar relevant projects c. Price Technical approach/capability and past performance, when combined, are equal in importance to price. Technical proposals will be ranked.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1fbf8da58d6e40fda4afcad708ee4c94/view)
- Place of Performance
- Address: See Place of Performance.
- Record
- SN05597119-F 20200325/200323230145 (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 |