Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2021 SAM #7281
SOLICITATION NOTICE

J -- J--Master IDIQ - Backflow Preventer Maintenance

Notice Date
11/5/2021 9:27:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
W911S822Q0026
 
Response Due
11/8/2021 2:00:00 PM
 
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 W911S822Q0026 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 238220 with a small business size standard of $15.00M. 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 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be JBLM, WA 98433 The MICC Joint Base Lewis McChord requires the following items, Meet or Exceed, to the following: Base Period of Performance: 11/15/2021 - 11/14/2022 LI 001: Testing and Certification (SRM). Base POP: 15 NOV 21 - 14 NOV 22, 860, EA; LI 002: Testing and Certification (TWCF). Base POP: 15 NOV 21 - 14 NOV 22, 20, EA; LI 003: Over and Above - Work and Materials (SRM). Base POP: 15 NOV 21 - 14 NOV 22. The Government established maximum for line item is NOT TO EXCEED (NTE) $15,000.00 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. Over and Above Work and Materials on JBLM (Lewis-Main, Lewis-North, and McChord Field). This CLIN is in support of over and above tasks within the scope of this PWS (Paragraph 5.3 � 5.3.5). All over and above funded actions will be negotiated on an individual basis. Provide the burdened hourly rate for the following positions: Journeyman Plumber (PL01): Backflow Assembly Tester:, 1, JOB; LI 004: Over and Above - Work and Materials (TWCF). Base POP: 15 NOV 21 - 14 NOV 22. The Government established maximum for line item is NOT TO EXCEED (NTE) $5,000.00 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. Over and Above Work and Materials on JBLM (McChord Field). This CLIN is in support of over and above tasks within the scope of this PWS (Paragraph 5.3 � 5.3.5). All over and above funded actions will be negotiated on an individual basis. Provide the burdened hourly rate for the following positions: Journeyman Plumber (PL01): Backflow Assembly Tester:, 1, JOB; LI 005: Routine Testing and Certification (SRM). Base POP: 15 NOV 21 - 14 NOV 22, 8, EA; LI 006: Emergency Testing and Certification (SRM). Base POP: 15 NOV 21 - 14 NOV 22, 4, EA; LI 007: Routine Testing and Certification (TWCF). Base POP: 15 NOV 21 - 14 NOV 22, 4, EA; LI 008: Emergency Testing and Certification (TWCF). Base POP: 15 NOV 21 - 14 NOV 22, 2, EA; Option 1 Period of Performance: 11/15/2022 - 11/14/2023 LI 001: Testing and Certification (SRM). Option Year 1 POP: 15 NOV 22 - 14 NOV 23, 860, EA; LI 002: Testing and Certification (TWCF). Option Year 1 POP: 15 NOV 22 - 14 NOV 23, 20, EA; LI 003: Over and Above - Work and Materials (SRM). Option Year 1 POP: 15 NOV 22 - 14 NOV 23. The Government established maximum for line item is NOT TO EXCEED (NTE) $15,000.00 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. Over and Above Work and Materials on JBLM (Lewis-Main, Lewis-North, and McChord Field). This CLIN is in support of over and above tasks within the scope of this PWS (Paragraph 5.3 � 5.3.5). All over and above funded actions will be negotiated on an individual basis. Provide the burdened hourly rate for the following positions: Journeyman Plumber (PL01): Backflow Assembly Tester:, 1, JOB; LI 004: Over and Above - Work and Materials (TWCF). Option Year 1 POP: 15 NOV 22 - 14 NOV 23. The Government established maximum for line item is NOT TO EXCEED (NTE) $5,000.00 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. Over and Above Work and Materials on JBLM (McChord Field). This CLIN is in support of over and above tasks within the scope of this PWS (Paragraph 5.3 � 5.3.5). All over and above funded actions will be negotiated on an individual basis. Provide the burdened hourly rate for the following positions: Journeyman Plumber (PL01): Backflow Assembly Tester:, 1, JOB; LI 005: Routine Testing and Certification (SRM). Option Year 1 POP: 15 NOV 22 - 14 NOV 23, 8, EA; LI 006: Emergency Testing and Certification (SRM). Option Year 1 POP: 15 NOV 22 - 14 NOV 23, 4, EA; LI 007: Routine Testing and Certification (TWCF). Option Year 1 POP: 15 NOV 22 - 14 NOV 23, 4, EA; LI 008: Emergency Testing and Certification (TWCF). Option Year 1 POP: 15 NOV 22 - 14 NOV 23, 2, EA; 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 238220, Plumbing, Heating, and Air-Conditioning Contractors with an applicable small business size standard of $16.5 Mil. 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 Contracting Officer below: Contracting Officer: SSG Jeffery S. Modlin Email: jeffery.s.modlin.mil@army.mil 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 solicitation�s closing date. Questions concerning this solicitation must be submitted prior to the established deadline 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. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4af7e088be1845bc8bfc4a8be96d7a3a/view)
 
Place of Performance
Address: , JBLM, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN06171809-F 20211107/211105230114 (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.