MODIFICATION
J -- Textile Repair Services - Solicitation 1
- Notice Date
- 4/11/2018
- Notice Type
- Modification/Amendment
- NAICS
- 811490
— Other Personal and Household Goods Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA, Pennsylvania, 18466-5100, United States
- ZIP Code
- 18466-5100
- Solicitation Number
- W25G1V18R0018
- Archive Date
- 2/27/2018
- Point of Contact
- Cheryl A. Saylock, Phone: 5706157517
- E-Mail Address
-
cheryl.a.saylock.civ@mail.mil
(cheryl.a.saylock.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determinations BPA Terms and Conditions Checklist Large Tents Checklist Medium Tents Clauses Performance Risk Assessment Questionnaire Offeror's Proposed Pricing Worksheet Submission Instructions and Evaluation Criteria Performance Work Statement COMBINED SOLICITATION/SYNOPSIS - NO PAPER SOLICITATION W25G1V-18-R-0018 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. NAICS Code is 811490. The Small Business size standard for this NAICS code is $7.5 million dollars. Request for Proposal (RFP) W25G1V-18-R-0018 applies. This procurement is being conducted under the requirements of FAR Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. It is the intention of the Government to award a Firm Fixed-Price single Blanket Purchase Agreement (BPA) for the base period of five years with the option to extend six months, if needed. Tobyhanna Army Depot (TYAD), Tobyhanna, PA, has a requirement for a service contract to obtain textile repair services for regional Source of Repair (SOR) facilities located at Ft. Hood, Texas and Tobyhanna Army Depot (TYAD), PA. Contractor will provide textile/fabric and material repairs or replacements, detailed technical inspections, and cleaning of the textile products in accordance with (IAW) Technical and TYAD Manuals. Requirements will be in accordance with the Performance Work Statement (PWS) (Attachment 1) for this service requirement. Award evaluation and basis for award will be performed in accordance with FAR 52.212-2, Evaluation - Commercial Items and Submission Instructions and Evaluation Criteria (Attachment 2). Offerors are cautioned award may not necessarily be made to the lowest priced offer. Offer shall be submitted and award made by the Government on an all-or-none basis. Therefore, offers are solicited on that basis only. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation and award will based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the three (3) evaluation factors: Technical, Past Performance and Cost/Price IAW Attachment 2 - Submission Instructions and Evaluation Criteria. The Past Performance factor is weighted as more important than the Cost/Price factor. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the Technical factor (to include all elements). Offerors are advised to provide the most competitive pricing they can with the initial proposal submission as it is anticipated that award may be made without discussions with offerors. In the case of equal ratings, Cost/Price will be the deciding factor for award. Performance Risk Assessment Questionnaires (PRAQ) (Atch 4) are required (See Section 4.2 of the Submission Instructions and Evaluation Criteria (Atch 2) for additional information). This contract will include the Option to Extend. (See Section 4.1.4 of the Submission Instructions and Evaluation Criteria (Atch 2) for additional information). This contract will be a firm fixed-price contract for inspection, repair/replacement and materials, as needed, as referenced in PWS 4.0 Scope (Atch 1). This document and subsequent contract will not be funded. Each task order issued against the basic contract will be funded individually. Contractor Manpower Reporting Requirements - In accordance with PWS, Page 4, #16 (Atch 1). Pricing must be provided via Atch 3 - Offeror's Proposed Pricing Worksheet (See Submission Instructions and Evaluation Criteria (Atch 2, Section 4.3.1) for additional information). In accordance with the PWS, PARA 4 (Atch 1), the Government cannot guarantee a minimum or maximum quantity of items for repair during the five year base period. Additionally, the contractor's published price list must be submitted with proposal. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/ or http://farsite.hill.af.mil/vfdfara.htm. Completed SF1449 and other information may be submitted via email to cheryl.a.saylock.civ@mail.mil, and/or in electronic copy to FOB.gov as stated in Submission Instructions & Evaluation Criteria (Atch 2) by the date specified for receipt of offers which is 4:00PM EST May 11, 2018. Proposal, along with all Deliverables noted below, must be submitted by Combination/Synopsis closing date/time in order to be considered. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. The minimum acceptable acceptance period for offers is ninety (90) days from the date specified in block 8 of the SF 1449. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All Offerors are advised to acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal. APPLICABLE Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARS): See Clauses (Atch 5) for all Applicable FAR & DFARS Clauses, applicable to this combined synopsis/solicitation and any resultant award. The offeror will be required in award to comply with applicable clauses for payment under DFARS 252.232-7003, Army E-Invoicing and Receiving Report Instructions and DFARS 252.232-7006, Wide Area Workflow Instructions, which will be included in any resultant contract. Please note that the Service Contract Labor Standards applies and therefore the following clauses are incorporated into this requirement: FAR 52.222-41, Service Contract Labor Standards; and FAR 52.222-43, Fair Labor Standards Act and Service Contract Act, Price Adjustment (Multiple Year and Option). CONTRACTOR SUBMITTED QUESTIONS Offerors are advised to submit any questions regarding this solicitation in writing as soon as practical but no later than seven (7) calendar days prior to solicitation response date. Answers will be consolidated and posted to FBO.gov only in the form of Questions and Answers or, if required, an amendment to the solicitation. Questions received after this time may not be answered. ATTACHMENTS: Attachment 1 - Performance Work Statement (PWS) Attachment 2 - Submission Instructions & Evaluation Criteria Attachment 3 - Offeror's Proposed Pricing Worksheet Attachment 4 - Performance Risk Assessment Questionnaire (PRAQ) Attachment 5 - Clauses Attachment 6 - TYAD Document, Final Inspection Checklist (FICL) for TMSS-Medium Attachment 7 - TYAD Document, FICL for Power Plant, Utility, TMSS-Large Attachment 8 - BPA Terms and Conditions Attachment 9 - Wage Determinations 508 COMPLIANCE Contractor must also meet the applicable accessibility standards at 36 CFR part 1194 per FAR 39.2, Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR part 1194). Information may be found at the following websites: Section 508. http://www.section508.gov Section 508 - Electronic and Information Technology. 21 December 2000, http://www.usdoj.gov/crt/508/508law.pdf PROPOSAL SUBMISSIONS: 1. Contractor Proposal 2. Signed 1449 as noted above 3. FAR/DFAR clauses noted in Submission Instructions & Evaluation Criteria (Atch 2) 4. Three (3) Past Performance References as noted in FAR 52.212-2, Evaluation- Commercial Items 5. Performance Risk Assessment Questionnaire (PRAQ) (Atch 4). 6. All Signed Amendments noted above 7. Contractor's submitted Offeror's Proposed Pricing Worksheet (Atch 3) 8. BPA Terms and Conditions, Authorized Signatures, Page 4 (Atch 8)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cac84f618275c55337fe48740054609b)
- Place of Performance
- Address: 11 Hap Arnold Blvd, Tobyhanna, Pennsylvania, 18466, United States
- Zip Code: 18466
- Zip Code: 18466
- Record
- SN04885560-W 20180413/180411230747-cac84f618275c55337fe48740054609b (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 |