SOLICITATION NOTICE
J -- Vertical Transportation Equipment Maintenance and Repair
- Notice Date
- 4/28/2023 5:18:45 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- FA5000 673 CONS LGC JBER AK 99506-2501 USA
- ZIP Code
- 99506-2501
- Solicitation Number
- FA500023Q0039
- Response Due
- 5/19/2023 3:00:00 PM
- Archive Date
- 06/03/2023
- Point of Contact
- Chase Manning, Phone: 9075524704, Sheng Morris, Phone: 9075525608
- E-Mail Address
-
chase.manning@us.af.mil, sheng.morris@us.af.mil
(chase.manning@us.af.mil, sheng.morris@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- FA500023Q0039 Vertical Transportation Equipment (VTE) Maintenance, Repair & Inspection Services 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 the only solicitation; offers are being requested and a written solicitation will not be issued. Competition will be conducted in accordance with FAR 13.106. The solicitation number FA500023Q0039 shall be used to reference any written offer provided under this combined synopsis/solicitation. The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01, effective 1 December 2023. This requirement is a 100% Small Business set-aside under North American Industry Classification System (NAICS) 238290 � Other Building Equipment Contractor with a size standard of $22M. The anticipated award will be a firm-fixed-price contract. The purpose of this combined synopsis/solicitation is for Vertical Transportation Equipment (VTE) Maintenance, Repair, & Inspection Services IAW Attachment 1 � VTE PWS dated 25 April 2023. Place of performance: Joint Base Elmendorf-Richardson, Alaska Attachments: Attachment 1 � VTE PWS dated 25 April 2023 Attachment 1.1 � Offer Pricing Attachment 2 � Wage Determination � 1988-0080, Revision 49 Attachment 3 � Provisions & Clauses Attachment 4 � Past Performance Questionnaire *****Notice to Vendor(s): Funds are not presently available for this effort. No award will be made under this combined synopsis/solicitation until funds are available. The Government reserves the right to cancel this combined synopsis/solicitation, either before or after the closing date. In the event the Government cancels this combined synopsis/solicitation, the Government has no obligation to reimburse a vendor for any costs. ***** A completed Attachment 1.1, Attachment 3, Attachment 4 and Special Qualifications must be sent to chase.manning@us.af.mil and sheng.morris@us.af.mil. Submissions received by means other than email to the points of contact above will not be accepted. Combined synopsis/solicitation due date: 19 May 2023 Combined synopsis/solicitation due time: 2:00 P.M. Alaska Daylight Time (AKDT) Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this combined synopsis/solicitation must be emailed to chase.manning@us.af.mil and sheng.morris@us.af.mil by 12 May 2023, 3:00 P.M. AKDT. Email to chase.manning@us.af.mil and sheng.morris@us.af.mil. Vendors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. Please provide the following information with your offer: Company Name: ____________ UEI Number: ____________ Cage Code: _______________ Number of Employees_____________ Total Yearly Revenue_______________ Information required for determining size of business for the NAICS referenced above Payment Terms: _________________________ Site Visit: A site visit is scheduled for 10 May 2023. Vendors are encouraged to attend. The meeting point will be at the Boniface Visitor Center at JBER, AK 99506. The site visit will cover elevator locations as depicted in PWS. Attendees are urged to arrive at the gate no later than (NLT) 8:30 A.M. AKDT, with a departure to the sites of NLT 8:50 A.M. AKDT. If planning to attend, vendors shall e-mail the following information to Chase Manning at chase.manning@us.af.mil and Sheng Morris at sheng.morris@us.af.mil, 5 May 2023 by 4:00 P.M. AKDT. Each vendor is limited to two (2) representatives. 1. The first and last name and middle initial of the individual(s) attending. 2. Date of birth, and license (or other state-issued ID) number for each attendee. 3. The make, model, and license plate of the vehicle. Important Notes: � A government representative will be available to sponsor interested firms on base at a set time (this information will be provided upon site visit confirmation). � Contractors must use the Boniface Visitor Center to access the installation. � On the date of the site visit, attendees shall present a valid driver�s license (or other state-issued identification), vehicle registration, and vehicle insurance. Evaluation: Pursuant to FAR 12.602, contract award will be made using Simplified Acquisition Procedures IAW FAR 13.106. The Government will award a contract resulting from this combined FA500023Q0039 Vertical Transportation Equipment (VTE) Maintenance, Repair & Inspection Services Combined Synopsis/Solicitation � VTE Page 3 of 6 synopsis/solicitation to the responsible vendor whose offer conforming to the combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Vendor�s submissions will be evaluated based upon the following: (1)Price: a.Offer prices for VTE Services must be submitted using Attachment 1.1, OfferPricing. Vendors shall insert prices in Attachment 1.1, rounded to the nearest cent(for example .02 not .0231), and sign acknowledging the terms and conditions ofthe combined synopsis/solicitation. Vendors rejecting the terms and conditionsmay be excluded from consideration. Note: Attachment 2, Department of Labor(DOL) Service Contract Act Wage Determination � 1988-0080 Rev. 49, dated01/12/2023. b.The Total Evaluated Price (TEP) is a two-part computation. First, the vendor�stotal offered price will be formulated by multiplying the Quantity identified in theOffer Pricing by the Unit Price (limited to two decimal places) to confirm theextended total amount for each CLIN; the sum of all the CLIN�s extended totalamounts will be added to compute the total offered price. Second, the total offeredprice (total amount for CLINs 0001-4001) plus the sum of FAR Clause 52.217-8Option to Extend Services formula (shown below) will constitute the TEP. The formula for the FAR Clause 52.217-8 Option to Extend Services amount is as follows: Base Year = CLINs Unit Amount X .5 Option Year 1 = CLINs Unit Amount X .5 Option Year 2 = CLINs Unit Amount X .5 Option Year 3 = CLINs Unit Amount X .5 Option Year 4 = CLINs Unit Amount X .5 Evaluating the Option CLINS and Option to Extend Services does not obligate the Government to exercise the Options and/or Extend Services. (2)Technical: Special Qualifications. Vendors shall provide a list and clearly identify the required licensing by state and certification by appropriate federal and state regulatory agencies (ASME QE1-1 elevator inspector certification card) IAW Section 8.6 of the Performance Work Statement (Attachment 1). Technical is met when the vendor�s written list includes personnel who are licensed and certified by appropriate federal and state regulatory agencies. (3)Past Performance: a.The Government will evaluate past performance information IAW FAR 13.106-2(b)(3) on all vendors based on (i) the references provided by the vendor, (ii) responses received from Past Performance Questionnaires (Attachment 4), and(iii)the Government-wide Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov/, if available. b.Vendors shall submit contract references of at least one (1), but not more than three (3), contracts toward services for Vertical Transportation Equipment. Contracts should be for services similar in scope to this requirement that have occurred in the last five (5) years prior to the closing date of the solicitation. References for past performance shall include: i.Point of contact ii.Phone number iii.Email address iv.Name of the company v.Contract number (if applicable) vi.Contract dollar value vii.Period of performance viii.Scope of work c.Vendors shall provide past performance information from the references provided above, obtained from past performance questionnaires (Attachment 4). The responsibility to send out the past performance questionnaire rests solely with the vendor. Once the questionnaires are completed by the POCs, the information contained therein will be considered source selection sensitive and will not be released outside the Government. The POCs shall forward their completed questionnaires directly to the Government, not back to the vendor. If a reference identified by the vendor does not submit a questionnaire, the government will follow up with the reference POC after PPQ due date, but it is not responsible for the failure of a reference POC to provide a questionnaire. d.Past performance will be rated based on an outstanding/acceptable/unacceptable rating method outlined below. Performance Rating Outstanding Based on the vendor�s performance record, the Government has a high expectation that the vendor will successfully perform the required effort. Acceptable Based on the vendor�s performance record, the Government has a reasonable expectation that the vendor will successfully perform the required effort. Unacceptable Based on the vendor�s performance record, the Government does not have a reasonable expectation that the vendor will be able to successfully perform the required effort. Past performance and technical when combined is approximately equal when compared to price. Evaluation Factors and Steps: Step 1: All offers will be evaluated for meeting the requirements of the solicitation. If an offer does not meet the requirements of the solicitation, the offer will be considered unacceptable and may not be considered for award. Step 2: All offers meeting the requirements of solicitation in step one (1) will be ranked based upon Vendor�s Total Evaluated Price (TEP). The TEP will be based on the Vendor�s total offered price for CLIN 0001 through CLIN 4001 listed in Attachment 1.1 Offer Pricing. Step 3: All offers will be evaluated based on Technical and will receive an acceptable or unacceptable rating. Acceptability is met when the vendor provides a written list of personnel who are licensed and certified by appropriate federal and state regulatory agencies. An offer with an acceptable technical rating will move on to step four (4). An offer with an unacceptable rating will not be further considered and not eligible for award. Step 4: Evaluate all technically acceptable vendor�s past performance IAW the past performance requirements listed on pages three (3) and four (4) to determine if the vendor�s past performance is acceptable or unacceptable. The �Yes� and �No� question associated with the chart titled �Scope of Work� in Section 4 of the Past Performance Questionnaire (Attachment 4) will be utilized to determine if the vendor�s past performance is similar in scope to VTE services. Vendors are required to receive a �Yes� in the Scope of Work chart in order for their past performance to be considered similar in scope. The requirement to receive a �Yes� on all questions will be applied to the collective review of all the past performance questionnaires provided on behalf of the vendor and will not be based on any one (1) individual questionnaire. If past performance is determined to be similar in scope, move to step five (5). If past performance is not similar in scope, the vendor�s offer will not be further considered and not eligible for award. Step 5: Evaluate the questions associated with the chart titled �Contractor Performance� in Section 4 of the Past Performance Questionnaire (Attachment 4) to determine the acceptability of the vendor�s past performance. Acceptability will be based on the performance rating that received the most for each question when collectively reviewing all of the past performance questionnaires provided on behalf of the vendor and will not be based on any one (1) individual questionnaire. (For example, if a vendor received two satisfactory performance ratings and an outstanding rating, then the overall rating would be rated as satisfactory). If past performance is determined to be acceptable, move to step six (6). If past performance is determined unacceptable, the vendor�s offer will not be further considered and not eligible for award. Step 6: Make an award decision based on whether the lowest priced of the offers or the offers having the highest past performance rating possible represents the best value when compared to any lower priced offers. The Government reserves the right to award a contract to other than the lowest Total Evaluated Price (TEP). In that event, the Contracting Officer will be the Decision Authority and will make a best value award decision using the TEP and the Past Performance rating. A vendor must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, �Responsible Prospective Contractors.� Offer: Means a response to a solicitation that, if accepted, would bind the offeror to perform the resultant contract. Interchanges: The government intends to award a Firm-Fixed-Price contract without interchanges with respective vendors. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Interchanges are the contemporaneous exchange of information between the Government, at its discretion, and one, some, none or all Vendors that provided offers in response to the request for offer. Under FAR 13 procedures the Government may hold Interchanges with vendors to address any aspect of the offer, which may include but not be limited to technical, price or past performance, contract documentation or to settle the final terms of the order. Interchanges may be conducted in writing or as oral conversations, will be conducted in a fair and reasonable manner, and will not favor one Vendor over another. Vendors do not have to be offered the opportunity for final offer revisions (FORs) in response to interchanges.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c1f3849c88ce4c168d559a0274c6a04b/view)
- Place of Performance
- Address: JBER, AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN06665913-F 20230430/230428230109 (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 |