Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2021 SAM #7081
SOLICITATION NOTICE

J -- Elevator Maintenance - Multiple Locations (North East Regions A, B and C)

Notice Date
4/19/2021 7:57:33 AM
 
Notice Type
Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-21-R-5023
 
Response Due
5/10/2021 11:00:00 AM
 
Archive Date
05/25/2021
 
Point of Contact
Stephen Burks, Phone: 6095623278, Sharon Wilson-Emmons, Phone: 6095626405
 
E-Mail Address
stephen.l.burks.civ@mail.mil, sharon.wilson-emmons.civ@mail.mil
(stephen.l.burks.civ@mail.mil, sharon.wilson-emmons.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
MULTIPLE AWARDS:� THE GOVERNMENT RESERVES THE RIGHT TO AWARD� MULTIPLE AWARDS (2 or More)� FOR THIS REQUIREMENT.� IN MAKING MULTIPLE AWARDS AWARDS THE GOVERNMENT TAKES INTO CONSIDERATION THE AMOUNT OF $500.00 TO MAKE 2 AWARDS AND $1000.00 FOR 3 AWARDS AS ADMINISTRATION FEE.�� YOU MUST SPECIFY ON COVER SHEET WHICH CLINS YOU ARE BIDDING FOR. � 1. The United States Army Contracting Command � New Jersey (ACC-NJ) has a requirement in support of the 99th Readiness Division (RD), Directorate of Public Works for Elevator Maintenance Services at: See Attachment - �Exhibit A - Elevator Listing� for locations. The contractor shall provide all personnel, supplies, supervision, tools, materials, equipment, transportation and other items and non-personal services necessary to provide Elevator Maintenance services in accordance with this Performance Work Statement (PWS) except as those items specified as government furnished property and services.� The contractor shall perform to the standards in the contract as well as all local, state and federal regulations.�� 2. Contractor must have an �Active� registration in System for Award Management (SAM) at proposal submission to be considered for award.� To obtain information on SAM or to register with SAM visit the web site at:� https://www.beta.sam.gov/.��� 3. Offerors are highly encouraged to inspect site conditions. The successful contractor shall be responsible for assessing, evaluating, verifying, and confirming site conditions before submitting its proposal. In no event shall failure to inspect the site constitute grounds for a claim after contract award. To schedule a site visit, please contact the Contract Specialist, Stephen Burks at stephen.L.burks.civ@mail.mil. � 4.� Questions shall be emailed to the Contract Specialist, Stephen Burks at stephen.L.burks.civ@mail.mil AND the Contracting Officer, Sharon Wilson-Emmons at sharon.wilson-emmons.civ@mail.mil no later than March 31, 11:00 AM EST.� Questions must specify the section or paragraph of the Performance Work Statement (PWS) for which the clarification is desired. No telephonic calls will be taken since we are working remotely.�������� 5. Contractor offers shall be submitted via email to Stephen Burks at stephen.L.burks.civ@mail.mil AND Sharon Wilson-Emmons at sharon.wilson-emmons.civ@mail.mil.���������������� ���� All offers shall include the following:��� a. Pricing for all Contract Line Item Numbers (CLINs). Unit price and total price should also be included. You must complete the pricing breakdown sheet � attached.���� � b. CAGE Code, DUNS Number, and business-size standard under the applicable NAICS of 238290-Other Building Equipment Contractors.��� c. Complete blocks 17a, 30a, 30b and 30c of the SF1449 as well as signing/acknowledging any amendments.� In doing so, the offeror accedes to the contract terms and conditions as written in the Request for Quote.���� � d.� Copy of insurance certificate meeting minimum requirements identified in Federal Acquisition Regulation Subpart 28.307-2.���� � 6. All offers shall remain valid for 120 calendar days.��� This soliciation is issued IAW FAR Part 12 and 13.5.� � 7. Multiple offers will not be accepted.����� 8.� Attachment:� - Exhibit A - Elevator Listing ������II. BASIS FOR AWARD / EVALUATION CRITERIA � REFER TO EVALUATION COMMERCIAL ITEMS � FAR 52.212-2 � 1. A single award or multiple awards may be made as a result of this Request for Proposal (RFP). Award shall be made to the responsible, responsive offeror whose proposal meets the specifications as defined in the Performance Work Statement (PWS) and whose price is lowest in price and technically acceptable.� Technical consists of meeting the requirements of the PWS , capability statement, any required licences, and any subcontractors that you propose to use, insurance certificate.� Individual Contracts may be awarded for one or more of the CLINS on the solicitation for the items or combinations of items that result in the lowest aggregate cost to the Government. Quotes must include prices for the line item/items that the offeror is bidding for so that quotes may be properly evaluated. Failure to do so shall be cause for the offeror to be considered non-responsive. Award shall be made to that of the responsive, responsible offeror whose total aggregate price is the Lowest Price Technically Acceptable.�� 2.� The Government intends to award a contract without discussions with respective offerors, so offerors should submit their best offer initially. The Government, however, reserves the right to conduct discussions if deemed in its best interest.����������� 3.� Award shall be made to a contractor that meets the requirements of the Performance Work Statement (PWS)/attachments and this solicitation.������������������� ���� A. PRICE:��������� 1.� Proposals will include unit prices for each line item listed and a total price, in order that proposals may be properly evaluated; completed SF1449 and any amendments; insurance certificate IAW FAR Subpart 28.307-2.����������� 2.� The Government will evaluate offers for award purposes by adding the total price for all Contract Line Item Numbers (CLIN) for the total evaluated price. In the event there is a difference between a unit price and the total CLIN amount, the unit price will be held as the intended price multiplied by the number of units.� If the offeror shows only the total amount but fails to submit a unit price, the total CLIN amount divided by the quantity will be held as the intended price.� � 3. Unbalanced Pricing. Unbalanced pricing exists when, despite an acceptable� total evaluated price, the price of one or more line items is significantly over or understated as indicated by the application of cost or price analysis techniques. Offerors shall provide documentation, including data, calculations and supporting rationale, for any apparent unbalanced pricing which will be used to determine if the proposed prices are balanced. � ����B.� The Past Performance Information Retrieval System and Federal Awardee Performance & Integrity Information Systems as well any other Government-sponsored information available may be utilized to help make a responsibility determination in accordance with FAR Subpart 9.104.���������������� � ����C.� Failure to provide the requested information may deem the proposal Unacceptable and may not be eligible for award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2956fc2b8b40401f86c13c81704696ff/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05976192-F 20210421/210419230108 (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.