SOLICITATION NOTICE
J -- Hydraulic Excavator Inspection and Repair
- Notice Date
- 3/25/2022 7:41:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
- ZIP Code
- 48906-2934
- Solicitation Number
- W912JB-22-Q-0072
- Response Due
- 3/30/2022 9:30:00 AM
- Archive Date
- 04/14/2022
- Point of Contact
- Bonnie Reineer, Olayemi O. Olatunji
- E-Mail Address
-
bonnie.l.reineer.civ@army.mil, olayemi.o.olatunji.mil@army.mil
(bonnie.l.reineer.civ@army.mil, olayemi.o.olatunji.mil@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. 1.0������ Request For Quote This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, FAR 13 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation being requested. A written solicitation will not be issued.� 1.1������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07.� 1.2������ Small business set aside is 100% small business. Applicable size standard is $8 million. 1.3������ Place of performance:� �� Performance shall be at the contractor�s location and then delivered to Montague, Michigan. 1.4������ Period of performance is 3 months at the time of award. 1.5 ����� Requirement����������������������������� �������������������������������������������������������� ����������� The Michigan Army National Guard has an inoperable JD230LC Hydraulic Excavator. The contractor is requested to transport the excavator from the Michigan National Guard in Lansing to the contractor�s location for inspection and repair.� The inspection report shall be submitted for approval prior to beginning any repairs.� Once the repairs are completed, the contractor will transport the excavator to the MIARNG Armory in Montague, Michigan. 2.0������ Solicitation Amendments It is the offeror�s responsibility to monitor this site for any amendments.� The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions.�� It is the offeror�s responsibility to contact the POC to verify the quote is received PRIOR to the date and time set for the due date of RFQ. Late quotes may not be eligible for award. Quote submission must be completed by the date and time indicated. If Amendments to the solicitation are issued, all offerors must acknowledge the Amendments by signing the accompanying Standard Form 30 and returning the signed Standard Form 30 for all Amendments issued with the offeror�s quote submission. Failure to acknowledge all Amendments issued by the Government may result in the quote submitted in response to the solicitation being found non-responsive by the Government. 2.1 ����� Errors, Omissions, Or Ambiguities If an offeror believes the solicitation, including the Performance Work Statement, contains an error, omission, or ambiguity, or is otherwise unsound, the offeror shall immediately notify the Contract Administrator and Contracting Officer in writing with supporting rationale prior to the date set for the closing for receipt of quotes. 3.0������ Submission of Quote 3.1 ����� Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote 3.2������ The Government may not consider quotes that fail to include all of the information requested in this solicitation. 3.3������ Offers shall be clear and concise and include sufficient detail for effective evaluation. The offeror shall not simply rephrase or restate the Government�s requirements but shall provide convincing rationale to address how the offeror intends to meet the requirements in the Performance Work Statement (PWS), paragraph 5.0. 3.4������ Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, DUNS or entity business identifier, tax identification number, and expiration date of pricing (minimum of 60 days). 3.5������ Statement of Acknowledgement:� a statement specifying the extent of agreement with all terms, conditions and provisions of the RFQ and a statement of agreement to perform the services set forth in the PWS.� Any exceptions taken to any attachment, terms, conditions or clauses may be grounds for the Contracting Officer to reject the offer from further consideration in the evaluation process. 3.6������ Technical Capability shall include relevant information articulating the offeror�s proposed approach to meeting the PWS requirements. This section shall clearly demonstrate the offeror�s understanding by providing a clear description of all processes and procedures employed.� Offeror�s shall include relevant experience in performing proposed processes and procedures. 3.7������ Past Performance for a total up to three years of recent contract past performance references that were performed by the offeror as the prime contractor which the offeror considers to have relevance.�� These may include federal, state, local and private industry contracts. Include contract number, contract type, total value of the contract, delivery or period of performance, and POC name/address/phone of contract holder. Provide a description of relevant work performed on the contract. 3.8������ Pricing of the offer shall include substantiating data of the price proposal to establish that the proposed price is reasonable and complete.� The Service Contract Act applies to the requirements; the offer should include the breakdown of labor and the applicable category on the Wage Determinations.� 3.9 ����� Questions due:� 29 March 2022, 12:30 pm Eastern Standard Time (EST) Questions must be submitted via email to bonnie.l.reineer.civ@mail.mil.� Questions will not be answered via telephone. �Answers to questions will be provided to all prospective Offerors, giving due regard to the proper protection of the proprietary information. In order to receive responses to questions, Offerors shall cite, at a minimum, the section, paragraph, number, and page number. The Government will not address any hypothetical questions aimed toward receiving a potential �evaluation decision� from the Government. 3.10 ��� Quotes due: �� 30 March 2022 � 12:30 p.m. Eastern Standard Time (EST) � Offerors are encouraged to ensure initial proposal is their best and final. The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity. 4.0 ����� Evaluation 4.1 ����� The government intends to award to the responsible company(s) whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value. Best value will be determined by evaluating each quote for price, past performance, and capability to meet the requirements. Capability will be rated as acceptable or unacceptable. All evaluation factors are approximately equal. 4.2������ The government may award to other than the lowest price quote. The perceived benefits of the higher priced quote may merit the additional cost.� Negative or adverse action in FAPIIS or SPRS in the last three years may render your quote unacceptable. 4.3������ Award may be made without discussion. Therefore, offeror must provide complete information in the package for the government to determine the best value. The government reserves the right to require minor clarifications. However, the government may award without requesting clarification for ambiguity. 5.0������ SAM Registration IAW FAR 52.204-7, the prospective awardee must have an active registration in www.sam.gov at the time of award. Vendors are encouraged to verify that their registration is active prior to submitting a quote. If the prospective awardee is not active in SAM data base at the time of award, the prospective awardee will be allowed 10 calendar days to become registered and active in SAM. The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active by the 10 calendar day deadline. 6.0 ����� Award 6.1������ In accordance with FAR 12.207, a firm-fixed contract shall be issued. 6.2������ The contractor shall communicate with the Contracting Officer Representative (COR) to schedule the preliminary performance.� 7.0������ Billing Instructions 7.1������ Invoice terms are Net 30 days. 7.2������ Invoices must be for services performed. Invoices will not be accepted for billing future services during the period of performance. 7.3������ Inspection and acceptance of the invoice will be at Lansing, Michigan.� 7.4������ Quantity for services corresponds to the number of invoices to be submitted once per month for the time of performance. 7.5������ Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).� 7.5.1 �� Instructions are on clause 252.232-7006. 7.5.2��� Each CLIN is to be invoiced individually versus a lump sum for the total of the service performed. 7.5.3��� The invoiced amount for the CLIN shall not exceed the unit of issue amount. 7.5.4��� Invoices shall be submitted on a monthly basis. 7.5.5��� The Contracting Officer Representative (COR) has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4b70180c7fa1468ba4e99265f1fac664/view)
- Place of Performance
- Address: Lansing, MI 48906, USA
- Zip Code: 48906
- Country: USA
- Zip Code: 48906
- Record
- SN06279494-F 20220327/220326171914 (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 |