Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 11, 2020 SAM #6891
SOLICITATION NOTICE

J -- OPTION - Golf Cart Maintenance

Notice Date
10/9/2020 4:05:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
W390 CAMP STANLEY, TX BOERNE TX 78015-4800 USA
 
ZIP Code
78015-4800
 
Solicitation Number
W9124J-21-T-0001
 
Response Due
10/16/2020 12:00:00 AM
 
Archive Date
04/14/2021
 
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 W9124J-21-T-0001 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 2021-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 811118 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: 2020-10-16 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Place of Performance. The MICC Joint Base San Antonio requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 10/19/2020 - 10/18/2021 LI 001: Preventative Maintenance Services in accordance with the attached Performance Work Statement (PWS). The 13 Cushman Golf Carts are to be serviced on a periodic or quarterly basis, if the cart requires maintenance., 13, EA; LI 002: Preventative Maintenance Services in accordance with the attached Performance Work Statement (PWS) The 2 Yamaha Golf Carts are to be serviced on a periodic or quarterly basis, if the cart requires maintenance., 2, EA; LI 003: Contractor Manpower Reporting (CMR). See Section 5.4 of the Performance Work Statement (PWS)., 1, EA; Option 1 Period of Performance: 10/19/2021 - 10/18/2022 LI 001: Preventative Maintenance Services in accordance with the attached Performance Work Statement (PWS). The 13 Cushman Golf Carts are to be serviced on a periodic or quarterly basis, if the cart requires maintenance., 13, EA; LI 002: Preventative Maintenance Services in accordance with the attached Performance Work Statement (PWS) The 2 Yamaha Golf Carts are to be serviced on a periodic or quarterly basis, if the cart requires maintenance., 2, EA; LI 003: Contractor Manpower Reporting (CMR). See Section 5.4 of the Performance Work Statement (PWS)., 1, EA; Option 2 Period of Performance: 10/19/2022 - 10/18/2023 LI 001: Preventative Maintenance Services in accordance with the attached Performance Work Statement (PWS). The 13 Cushman Golf Carts are to be serviced on a periodic or quarterly basis, if the cart requires maintenance., 13, EA; LI 002: Preventative Maintenance Services in accordance with the attached Performance Work Statement (PWS) The 2 Yamaha Golf Carts are to be serviced on a periodic or quarterly basis, if the cart requires maintenance., 2, EA; LI 003: Contractor Manpower Reporting (CMR). See Section 5.4 of the Performance Work Statement (PWS)., 1, EA; Option 3 Period of Performance: 10/19/2023 - 10/18/2024 LI 001: Preventative Maintenance Services in accordance with the attached Performance Work Statement (PWS). The 13 Cushman Golf Carts are to be serviced on a periodic or quarterly basis, if the cart requires maintenance., 13, EA; LI 002: Preventative Maintenance Services in accordance with the attached Performance Work Statement (PWS) The 2 Yamaha Golf Carts are to be serviced on a periodic or quarterly basis, if the cart requires maintenance., 2, EA; LI 003: Contractor Manpower Reporting (CMR). See Section 5.4 of the Performance Work Statement (PWS)., 1, EA; Option 4 Period of Performance: 10/19/2024 - 10/18/2025 LI 001: Preventative Maintenance Services in accordance with the attached Performance Work Statement (PWS). The 13 Cushman Golf Carts are to be serviced on a periodic or quarterly basis, if the cart requires maintenance., 13, EA; LI 002: Preventative Maintenance Services in accordance with the attached Performance Work Statement (PWS) The 2 Yamaha Golf Carts are to be serviced on a periodic or quarterly basis, if the cart requires maintenance., 2, EA; LI 003: Contractor Manpower Reporting (CMR). See Section 5.4 of the Performance Work Statement (PWS)., 1, EA; 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, MICC Joint Base San Antonio 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. MICC Joint Base San Antonio 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to osvaldo.vela@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (Continental U.S.) No partial shipments unless otherwise specified This solicitation 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 clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) This contract incorporates one or more clauses 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 clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. Please see the full provision at http://farsite.hill.af.mil/vffara.htm (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) a) Definitions. As used in this clause?(1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation.(2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.(3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when? (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer?s determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d)The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) FAR 52.212-5, Executive Orders-Commercial Items, will apply: 52.219-14 (portion set aside for SB and >100K) 52.219-6 (SB set-aside) 52.222-3 52.222-19 52.222-21 52.222-26 52.222-35 (>100K) 52.222-36 (>10K) 52.222-37 (if 52.222-35 is checked) 52.225-13 52.232-33. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm 252.212-7001 is incorporated with the following clauses: 252.203-3 (>100K) 252.225-7001 (all except IT) 252.225-7012 (>100K) 252.243-7002 (>100K) 252.247-7023 The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm 52.204-7 Central Contractor Registration (APR 2008), 52.212-1 Instructions to Offerors?Commercial Items (JUN 2007), 52.212-4 Contract Terms and Conditions?Commercial Items (FEB 2007), 52.247-34 F.o.b. Destination (Nov 1991), 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (SEP 2004), 52.209-6 (>30K), 52.219-1
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/936e165570a5403a911d0f5553e932c3/view)
 
Place of Performance
Address: See Place of Performance.
 
Record
SN05825052-F 20201011/201009230138 (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.