Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2019 SAM #6583
SOLICITATION NOTICE

J -- Elevator Maintenance Service

Notice Date
12/6/2019 12:47:49 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Pacific Southwest Region, Region 5 VALLEJO CA 94592 USA
 
ZIP Code
94592
 
Solicitation Number
1291S820Q0006
 
Response Due
12/16/2019 10:30:00 AM
 
Archive Date
12/31/2019
 
Point of Contact
James McClanahan, Phone: 7075628808, Cree M. Prevost, Phone: 7075628897, Fax: 7075629144
 
E-Mail Address
james.mcclanahan@usda.gov, cree.prevost@usda.gov
(james.mcclanahan@usda.gov, cree.prevost@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. The Contractor shall provide all personnel, equipment, supplies, tools, materials, supervision, and management to perform all routine, non-routine elevator preventative maintenance and emergency repair services in compliance with the ASME Safety Code requirements. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.This solicitation is a "request for quotations (RFQ).” The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular.The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $8M.The USDA Forest Service Regional Office, 1323 Club Drive Vallejo, CA, is seeking routine elevator maintenance.All interested companies shall provide quotation(s) for the following:The Contractor shall repair, replace and/or service the Passenger North Wing and Freight South Wing elevator equipment, component or part of the elevator system as is required in a well-planned preventive maintenance program. All preventative maintenance scheduled for each month must be completed during the month. The Contract will also maintain a log for each elevator. The log shall be used to indicate all repairs, replacement of parts, and adjustments performed. Refer to Statement of Work for additional project requirements.Place of PerformanceAddress: 1323 Club Drive,Vallejo, CAPostal Code: 94592Country: UNITED STATESAward shall be made to the quoter, whose quotation, is evaluated as the best value to the Government. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor, (2) past performance, and (3) price. The government will evaluate information based on the following evaluation criteria:1. Specialized and Technical Expertise including (a) Capability Statement - Capability and Credentials by Personnel; (b) Quality Control Methods; Methods of direct and indirect communication. On what schedule will the contractor POC be available to Government personnel and in what manner will the Government be able to contact them? Inspection system (techniques). Corrective Action methods and Procedures, specifically identifying deficiencies in the quality of services prior to performance becoming unsatisfactory. (c) General Experience in Preventative Maintenance, Routine and Non-Routine Service, and Emergency Repair Service/Support; and (d) Less than a 2 hour response time for Emergency Service Calls. 2. Past Performance (include recent & relevant contracts). The Government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The Government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. Provide a list of no more than five (5), of the most relevant contracts performed within the last three (3) years. The Government considers “relevant” present/past performance to be present/past performance effort involved in similar scope and magnitude of efforts and complexities this solicitation requires.3. PriceWhen combined, the non-price factors are equal to price. The Government reserves the right to make price/non-price trade-offs that are in the best interest and to the advantage of the Government. Award may not necessarily be made to the Offeror submitting the lowest quote.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.The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.The following solicitation provisions apply to this acquisition:FAR 52.212-1, “Instructions to Offerors-Commercial Items” (OCT 2018)FAR 52.212-3, “Offerors Representations and Certifications-Commercial Items” (OCT 2018) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, “Offerors Representations and Certifications-Commercial Items.” If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: CLAUSES INCORPORATED BY REFERENCE: FAR 52.212-4, “Contract Terms and Conditions-Commercial Items” (OCT 2018) ADDENDUM TO FAR CLAUSE 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (INCORPORATED BY REFERENCE ON STANDARD FORM 1449). The following clauses are added to the terms and conditions in FAR 52.212-4:FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)FAR 52.232-39 UNENFORCABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)FAR 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)FAR 52.217-5 EVALUATION OF OPTIONS (Jul 1990)Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options(s)52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (Mar 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within 120 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 8 months.FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executives Orders (OCT 2019)The following subparagraphs of FAR 52.212-5 are applicable: (a)(1-3) (b)(1), (2), (4), (8), (14), (20), (22), (25), (26), (27), (28), (30), (33), (40), (42), (45), (54), (55), (c)(2) (d)(1-3) (e)(1), (2)CLAUSES INFORPORATED BY FULL TEXT:FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)This contact incorporates one or more clauses by reference, with the same force and effects asIf 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):https://www.acquisition.gov/?q=brosefarFAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS. (DEC 2013)(a) Upon receipt of accelerated payments from the Government, the contractors shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all required documentation from the small business subcontractor.(b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.(c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.Quotes shall include the following:1. Solicitation/Contract/Order for Commercial Items (SF 1449).2. Technical Response.3. Past Performance. 4. Price.All quotations shall be sent to:James McClanahanUSDA Forest Service Regional Office1323 Club DriveVallejo, CA 94592This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."OR"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"Quoter, shall list exception(s) and rationale for the exception(s).52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.Site visits will be held on Wednesday, December 11, at 10:00 am. Please contact Mike Cirillo at 707-562-8811 or michael.cirillo@usda.gov to confirm a site visit.Questions/clarifications regarding the RFQ shall be submitted to james.mcclanahan@usda.gov with courtesy copy to cree.prevost@usda.gov no later than December 13, 2019, 1:00 pm Pacific. Please ensure questions/clarifications are received before the suspense date. Quotes are due not later than 10:30 A.M. Pacific Time, Monday, December 16, 2019 at 1323 Club Drive, Vallejo CA 94592. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed quotes will be accepted at james.mcclanahan@usda.govAny questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the James McClanahan, james.mcclanahan@usda.govPoint of ContactJames McClanahan, (707) 562-8808, james.mcclanahan@usda.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2a8ca2ac2c9e40e5a64dbb04d12bf5c9/view)
 
Place of Performance
Address: 81666, CA 94592, USA
Zip Code: 94592
Country: USA
 
Record
SN05510942-F 20191208/191206230250 (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.