Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2021 SAM #7279
SOLICITATION NOTICE

Z -- Z1--OPTION - Swimming Pool Maintenance & Repair

Notice Date
11/3/2021 4:04:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
PANMC-21-Q-2008
 
Response Due
11/8/2021 9:00:00 AM
 
Archive Date
05/07/2022
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT NOTICE: 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 included in this notice. The solicitation number is PANMC-21-Q-2008 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 561790 with a small business size standard of $7.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2021-11-08 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The MICC Joint Base Lewis McChord requires the following items, Meet or Exceed, to the following: Base Period of Performance: 12/01/2021 - 11/30/2022 LI 001: Base Year: PREVENTIVE MAINTENANCE & REPAIR J00736 MCCHORD w/ wading pool See PWS POP POP 01-DEC-2021 TO 30 NOV 2022, 1, JOB; LI 002: PREVENTIVE M&R 2161 KIMBRO w/ wading pool See PWS POP POP 01-DEC-2021 TO 30 NOV 2022, 1, JOB; LI 003: PREVENTIVE MAINTENANCE & REPAIR 3236 SOLDIER FIELD HOUSE See PWS POP POP 01-DEC-2021 TO 30 NOV 2022, 1, JOB; LI 004: PREVENTIVE MAINTENANCE & REPAIR 9993 KEELER See PWS POP POP 01-DEC-2021 TO 30 NOV 2022, 1, JOB; LI 005: Over and above The Government established maximum for line item is NOT TO EXCEED (NTE) $10,000.00 per year. Seller shall provide the relevant Labor Category for this work and appropriate fully burdened hourly rate in the line item of the quote. No Unit Price should be quoted elsewhere for this line item. POP 01-DEC-2021 TO 30 NOV 2022, 1, JOB; Option 1 Period of Performance: 12/01/2022 - 11/30/2023 LI 001: Option Year 1: PREVENTIVE MAINTENANCE & REPAIR J00736 MCCHORD w/ wading pool See PWS POP POP 01-DEC-2022 TO 30-NOV-2023, 1, JOB; LI 002: PREVENTIVE M&R 2161 KIMBRO w/ wading pool See PWS POP POP 01-DEC-2022 TO 30-NOV-2023, 1, JOB; LI 003: PREVENTIVE MAINTENANCE & REPAIR 3236 SOLDIER FIELD HOUSE See PWS POP POP 01-DEC-2022 TO 30-NOV-2023, 1, JOB; LI 004: PREVENTIVE MAINTENANCE & REPAIR 9993 KEELER See PWS POP POP 01-DEC-2022 TO 30-NOV-2023, 1, JOB; LI 005: Over and above The Government established maximum for line item is NOT TO EXCEED (NTE) $10,000.00 per year. Seller shall provide the relevant Labor Category for this work and appropriate fully burdened hourly rate in the line item of the quote. No Unit Price should be quoted elsewhere for this line item. POP POP 01-DEC-2022 TO 30-NOV-2023, 1, JOB; Option 2 Period of Performance: 12/01/2023 - 11/30/2024 LI 001: Option Year 2: PREVENTIVE MAINTENANCE & REPAIR J00736 MCCHORD w/ wading pool See PWS POP POP 01-DEC-2023 TO 30-NOV-2024, 1, JOB; LI 002: PREVENTIVE M&R 2161 KIMBRO w/ wading pool See PWS POP POP 01-DEC-2023 TO 30-NOV-2024, 1, JOB; LI 003: PREVENTIVE MAINTENANCE & REPAIR 3236 SOLDIER FIELD HOUSE See PWS POP POP 01-DEC-2023 TO 30-NOV-2024, 1, JOB; LI 004: PREVENTIVE MAINTENANCE & REPAIR 9993 KEELER See PWS POP POP 01-DEC-2023 TO 30-NOV-2024, 1, JOB; LI 005: Over and above The Government established maximum for line item is NOT TO EXCEED (NTE) $10,000.00 per year. Seller shall provide the relevant Labor Category for this work and appropriate fully burdened hourly rate in the line item of the quote. No Unit Price should be quoted elsewhere for this line item. POP POP 01-DEC-2023 TO 30-NOV-2024, 1, JOB; Option 3 Period of Performance: 12/01/2024 - 11/30/2025 LI 001: Option Year 3: PREVENTIVE MAINTENANCE & REPAIR J00736 MCCHORD w/ wading pool See PWS POP POP 01-DEC-2024 TO 30-NOV-2025, 1, JOB; LI 002: PREVENTIVE M&R 2161 KIMBRO w/ wading pool See PWS POP POP 01-DEC-2024 TO 30-NOV-2025, 1, JOB; LI 003: PREVENTIVE MAINTENANCE & REPAIR 3236 SOLDIER FIELD HOUSE See PWS POP POP 01-DEC-2024 TO 30-NOV-2025, 1, JOB; LI 004: PREVENTIVE MAINTENANCE & REPAIR 9993 KEELER See PWS POP POP 01-DEC-2024 TO 30-NOV-2025, 1, JOB; LI 005: Over and above The Government established maximum for line item is NOT TO EXCEED (NTE) $10,000.00 per year. Seller shall provide the relevant Labor Category for this work and appropriate fully burdened hourly rate in the line item of the quote. No Unit Price should be quoted elsewhere for this line item. POP POP 01-DEC-2024 TO 30-NOV-2025, 1, JOB; Option 4 Period of Performance: 12/01/2025 - 11/30/2026 LI 001: Option Year 4: PREVENTIVE MAINTENANCE & REPAIR J00736 MCCHORD w/ wading pool See PWS POP POP 01-DEC-2025 TO 30-NOV-2026, 1, JOB; LI 002: PREVENTIVE M&R 2161 KIMBRO w/ wading pool See PWS POP POP 01-DEC-2025 TO 30-NOV-2026, 1, JOB; LI 003: PREVENTIVE MAINTENANCE & REPAIR 3236 SOLDIER FIELD HOUSE See PWS POP POP 01-DEC-2025 TO 30-NOV-2026, 1, JOB; LI 004: PREVENTIVE MAINTENANCE & REPAIR 9993 KEELER See PWS POP POP 01-DEC-2025 TO 30-NOV-2026, 1, JOB; LI 005: Over and above The Government established maximum for line item is NOT TO EXCEED (NTE) $10,000.00 per year. Seller shall provide the relevant Labor Category for this work and appropriate fully burdened hourly rate in the line item of the quote. No Unit Price should be quoted elsewhere for this line item. POP POP 01-DEC-2025 TO 30-NOV-2026, 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Joint Base Lewis McChord intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Joint Base Lewis McChord is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (561790,Other Services to Buildings and Dwellings ) with an applicable small business size standard of ($8.0 M). The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Quotes MUST be valid for 30 days after Request for Quote/solicitation�s closing date. Questions concerning this solicitation must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies to this acquisition and is included. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. FAR 52.222-41 Service Contract Labor Standards (Aug 2018) will apply. Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement; (ii) price; (iii) past performance Technical and past performance, when combined, are significantly more important than cost or price. Technical capability will be evaluated by calculation of the SCA labor wage rates for maintenance and custodial services in Liberty County, GA. These wage rates will be applied to an estimate of 1 hour of labor per machine or latrine as quantified and iterated in the performance work statement. Past Performance may be base on one or more of the following IAW FAR 13.106-2(b): (A) The contracting officer�s knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (D) Any other reasonable basis. Price reasonableness will be based on competitive quotations or offers IAW FAR 13.106-3(a)(1). (b) Options. 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. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/feb30e26500d4c4a90cdbaf9f756df5f/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN06170033-F 20211105/211103230111 (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.