Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2020 SAM #6910
SOLICITATION NOTICE

R -- WSMR on-site Maintenance and Marshalling Support Service

Notice Date
10/28/2020 12:08:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
GSA/FAS AUTOMOTIVE CENTER WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
47QMCA20Q0049
 
Response Due
10/30/2020 2:00:00 PM
 
Archive Date
11/14/2020
 
Point of Contact
Charlene Cardenas, Phone: 7036038182, Kimberly Spangler, Phone: 202-208-0266
 
E-Mail Address
charlene.cardenas@gsa.gov, kimberly.spangler@gsa.gov
(charlene.cardenas@gsa.gov, kimberly.spangler@gsa.gov)
 
Description
See attached documents for amendment�0002 posted October 28,2020. The amendment is to�provide a revised Maintenance SOW and BPA template. Please see attached documents; the additional language is in red. *****************************************************************************************************************************************************See attached documents for amendment 0001 posted October 22,2020. The amendment�is providing�answers to questions received on the solicitation, and a revised schedule of supplies for on-site marshalling. **************************************************************************************************************************************************** Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6/13.303, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� The solicitation number is 47QMCA20Q0049, a request for quote (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08.� The Government intends to establish up a single Blanket Purchase Agreement (BPA) for on-site maintenance and marshalling services at White Sands Missile Range and White Sands Testing Facility, NM in support of the General Services Administration�s Fleet Program Office. This effort encompasses receipt, inspection, preparation, assignment/termination of new, exchange, or reassignment for Government owned or leased vehicles as well as routine maintenance/repair services.� The BPA will be effective for 60 months.� This solicitation is 100% set-aside for small business under NAICS 811111.� The small business size standard is $8M. �� The Service Contract Act does apply and the following DOL Wage Determination applies to the established BPA; 2015-5455 REV 13. The annual estimate for the number of vehicles to be marshalled is 120 and the annual estimate for the value of maintenance/repair services is approximately $800K. The specific work requirements are detailed within the attached Statement of Works (SOW). Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the beta.SAM.gov website at https://beta.sam.gov/ .� This office will not issue hard copy solicitations.� By submitting a quotation, the offeror: Self-certifies that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency; and� Acknowledges the Federal Acquisition Regulation (FAR) 52.204-7 requirement to be registered in SAM prior to the establishment of a BPA. Information about SAM may be found at https://www.sam.gov. This Solicitation is comprised of: I. STATEMENT OF WORK II. FORMAT AND SUBMISSION OF PROPOSAL III. BASIS OF AWARD IV. CLAUSES and BPA TEMPLATE V. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. STATEMENT OF WORK See the following attached Statements of Works: **Marshalling Services ***Vehicle Maintenance Services ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A.� Vendor Response Document The offeror must complete and return the attached Vendor Response Document with its quotation.� FAR 52.213-3 Offerors Representations and Certifications-Commercial items (Jun 2020) is attached as referenced in the Vendor Response Document. Part B.� Marshalling Price List.� Part C.� Maintenance Price List Part D.� List of proposed personnel with copies of ASE or equivalent certifications NOTE:� The offeror must provide a price for all line items using the attached Price Lists in Microsoft Excel format.� ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ All questions or clarifications, referencing this submittal and SOW must be submitted to via email to Charlene.cardenas@gsa.gov with the subject line �QUESTIONS FOR 47QMCA20Q0049�. Questions must be submitted by no later than October 21, 2020, 5 PM Eastern. Hard copy or faxed questions will not be accepted. �Answers to questions will be posted as an amendment to the beta.SAM solicitation. The deadline for receipt of quotes is October 30, 2020, 5 PM Eastern.� All documents required for submission must be sent via email to Charlene.cardenas@gsa.gov with the subject line �QUOTE FOR 47QMCA20Q0049�.�� ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. BASIS OF AWARD A single BPA will be issued on the basis of best value to the Government considering corporate experience, past performance, and price. The Offeror will be evaluated on its corporate experience within the past 5 years working on projects or contracts that are similar in scope, size and complexity of the work being solicited for in this procurement. �The purpose of corporate experience evaluation is to familiarize the Government with the Offeror�s corporate level experience in order to assess the Government�s confidence in the Offeror�s ability to successfully perform the work required. The Offeror will be evaluated on its past performance whether it has consistently delivered quality services in a timely manner on current and past projects/contracts. The purpose of past performance is to determine how well the Offeror has performed on similar projects/contracts in order to assess the Government�s confidence in the Offeror�s probable ability to successfully perform on this requirement. The Government may use additional past performance data gathered from a wide variety of sources both inside and outside the Federal Government such as one or more of the following: The contracting officer�s knowledge of and previous experience with the service being acquired; Customer surveys, and past performance questionnaire replies; The Government-wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; and Any other reasonable basis. Prices offered must be determined by the Government to be fair and reasonable. Responsibility determinations will precede issuance of the BPA and will be conducted in accordance with FAR 9.104. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. CLAUSES and BPA TEMPLATE See attached clauses which will be applicable to this BPA. See attached BPA Template which includes applicable terms and conditions. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them.� Email is the preferred method of communication; if you do not receive a confirmation response then your question was not received.� Inquiries must be emailed as directed in Section II Format and Submission of Proposal. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/72d4b2d402e14cb1a90336b433150958/view)
 
Record
SN05839813-F 20201030/201028230148 (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.