Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

Z -- Elevator Maintenance Services at NAS JRB Fort Worth, TX

Notice Date
7/20/2020 1:54:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N69450-20-R-4500
 
Response Due
8/10/2020 8:00:00 AM
 
Archive Date
08/15/2020
 
Point of Contact
Ron Pyles, Jeannette Sale
 
E-Mail Address
ronald.pyles@navy.mil, jeannette.sale@navy.mil
(ronald.pyles@navy.mil, jeannette.sale@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
See attached combined synopsis/solicitation for full details. 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 in this notice. This acquisition is being procured under FAR 13.5, Simplified Procedures for Certain Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. NAVFAC SE FEAD intends to issue a single award in response to this solicitation. The Government reserves the right to cancel this solicitation before or after the response date. All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06 dated 5 June 2020. Review the Performance Work Statement (PWS) and all attachments for a complete description of work. Solicitation Number/Title: Request for Proposal N69450-20-R-4500, Elevator Maintenance Service Contract at Naval Air Station Joint Reserve Base, Fort Worth, Texas. Type of Contract: This is a combination Firm Fixed Price (FFP) and Indefinite Delivery Indefinite Quantity (IDIQ) Commercial Items Service Contract. Description of Requirement: Per the Performance Work Statement dated April 2015, revised 2 February 2020 (attached). Minimum Guarantee: The minimum guarantee is the FFP work on the Base Year of the Contract. Set-Aside: This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). NAICS Code: 238290, Other Building Equipment Contractors with a corresponding small business size standard of $16.5 Million. Wage Determination Service Contract Labor Standards Act and Davis Bacon Wage Decision: The current Service Contract Labor Standards Act wage determination No. 2015-5232 (Rev.-16) dated 5/27/2020 is applicable to this solicitation and can be found at https://beta.sam.gov. Contract Term: This contract contains provisions for a Base Period with (4) Option Years, not to exceed 60 months or 5 years. Period of Performance: Base Year 22 September 2020 � 21 September 2021. Estimated contract value: Between $250,000 and $500,000 including base year and 4 option years. Evaluation of Proposal: Offerors shall complete all line items on all CLINS/ELINS identified below as CLINS 0001-0010, Exhibits A-E. A breakdown of total line item pricing is required to include labor, materials, equipment, overhead, and profit. Do not edit the grey fields on the spreadsheet. Incomplete offers will not be considered for award. The evaluation criterion is Price and Past Performance. Past Performance will be evaluated via http://www.ppirs.gov, for determination of contractor responsibility. Basis of Award: Award will be based on lowest total price of CLINS 0001-0010. The Government intends to award without discussions; however the Government reserves the right to open discussions at any time during evaluation. The Government may determine an offer is unacceptable if the option prices are significantly unbalanced. Notice to Offeror: Offerors are required to submit a completed Attachment J-0200000-09, Exhibit Line Items (ELINS) with their proposal. The total of the CLIN is equal to the sum of the ELINS as shown below: CLINS ELINS/Exhibits A-E Period 0001 A001 through A003 Base Year (FFP) 0002 A700 through A701 Base Year (IDIQ) 0003 B001 through B003 Option Year 1 (FFP) 0004 B700 through B701 Option Year 1 (IDIQ) 0005 C001 through C003 Option Year 2 (FFP) 0006 C700 through C701 Option Year 2 (IDIQ) 0007 D001 through D003 Option Year 3 (FFP) 0008 D700 through D701 Option Year 3 (IDIQ) 0009 E001 through E003 Option Year 4 (FFP) 0010 E700 through E701 Option Year 4 (IDIQ) Proposal Due Date and Delivery: Submit your proposal via email to ronald.pyles@navy.mil and Jeannette.sale@navy.mil. Proposals must be received via email not later than 10:00AM Central Standard Time on Monday, 10 August 2020. Late proposals will not be considered. Oral proposals will not be accepted. Collect calls will not be accepted. Hand delivered proposals will not be accepted. Emailed proposals must be received at the stated addressees� email inbox on time and the addressee must be able to open the email and all attachments. Please allow sufficient time for email delivery. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of proposals. It is the contractor�s responsibility to request and receive confirmation of proposal receipt. The Government has limited capability to accept attachments in proposals and requests that contractors limit proposals to no more than 25 pages. Requests for Information/Clarification/Questions: All questions regarding this RFP must be submitted via email to Ron Pyles at ronald.pyles@navy.mil and Jeannette Sale at Jeannette.sale.@navy.mil. The Subject line must include the Solicitation number (N69450-20-R-4500). Submit all questions via one document not later than 10:00AM local on Monday, 3 August 2020. This is the most efficient way to ensure all questions are addressed in a timely manner. All communication will be via email. NO TELEPHONE CALLS. Period of Acceptance of Proposals: The offeror agrees to hold the price in its proposal for 60 calendar days. Site Visit: A site visit was not determined to be required for this procurement; however, if you require a site visit to develop your proposal you may request one via email to ronald.pyles@navy.mil no later than 10:00AM on 27 July 2020. If a site visit is requested, only one site visit may be provided for all interested offerors and information will be made public via amendment to this solicitation prior to the visit. Representations and Certifications: In accordance with FAR 52.204-7004, System for Award Management (SAM), prior to receiving any contract award; contractors must be registered in SAM. If not already registered, you should immediately register with SAM via the Internet at https://beta.sam.gov. Confirmation of SAM registration must be obtained before award can be made. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposals submitted be another firm on behalf of a SAM registered company with the intention of being awarded ""care of"" will not be accepted. All proposals must include registered DUNS, CAGE codes, Tax ID, and small business status.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9c16014949524aa4b0c42424d5926550/view)
 
Place of Performance
Address: Naval Air Station JRB, TX 76127, USA
Zip Code: 76127
Country: USA
 
Record
SN05726334-F 20200722/200720230148 (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.