Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

J -- Elevator Maintenance Service

Notice Date
9/15/2020 4:57:40 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
S291S8Q0066
 
Response Due
9/28/2020 10:00:00 AM
 
Archive Date
10/13/2020
 
Point of Contact
James McClanahan, Phone: 7075628808, Cree M. Prevost, Phone: 7075628897, Fax: 7075629144
 
E-Mail Address
james.mcclanahan@usda.gov, creeprevost@fs.fed.us
(james.mcclanahan@usda.gov, creeprevost@fs.fed.us)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 $7.5M. 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: Services 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 Performance Address: 1323 Club Drive, Vallejo, CA Postal Code: 94592 Country: UNITED STATES The following solicitation provisions apply to this acquisition: FAR 52.212-1, �Instructions to Offerors�Commercial Items� (JUN 2020) FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items� (AUG 2020) � 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). � 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) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)� The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. � 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 30 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 3 years. � FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executives Orders (AUG 2020) � The following subparagraphs of FAR 52.212-5 are applicable: ��������������� (a)(1-6) ��������������� (b)(4), (8), (14), (22), (27), (30), (35), (38), (51) ��������������� (c)(2) � ��������������� (d)(1-3) ��������������� (e)(1-2) � CLAUSES INCORPORATED 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 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 (s): � https://www.acquisition.gov/?q=brosefar � Quotes shall include the following: 1. Solicitation/Contract/Order for Commercial Items (SF 1449). 2. Technical Response (See Specialized and Technical Expertise). 3. Past Performance (See Past Performance Experience Questionnaire).� 4. Price. � All quotations shall be sent via e-mail to Cree M. Prevost at cree.prevost@usda.gov. � Award 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. � 1. Specialized and Technical Expertise including (a) Capability Statement � Capability Statement and Credentials by Personnel; (b) Quality Control Methods; (c) General Experience in Preventative Maintenance, Routine and Non-Routine Service, and Emergency Repair Service/Support; and (d) 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 quality of performance, schedule control, and customer satisfaction. Quoters are required to complete the Past Performance Experience Questionnaire. 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. Price � When combined, the non-price factors are�significantly more important than 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. Unreasonably high/unrealistically low, unbalanced, inaccurate or incomplete quotes may be grounds for eliminating a quote from competition. � The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. � This 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. Please contact Mike Cirillo, Regional Office Building Manager, at 707-562-8811 or michael.cirillo@usda.gov, to schedule a site visit. �Questions/clarifications regarding the RFQ shall be submitted in writing to james.mcclanahan@usda.gov no later than September 21, 2020, 3:00 pm Pacific. Please ensure questions/clarifications are received before the suspense date. Quotes are due no later than 10:00 A.M. Pacific Time, Friday, September 28, 2020 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.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d98b3681f022465fa744f7135bc2ccc6/view)
 
Place of Performance
Address: Vallejo, CA 94592, USA
Zip Code: 94592
Country: USA
 
Record
SN05797742-F 20200917/200915230151 (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  © 1994-2020, Loren Data Corp.