Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
MODIFICATION

35 -- Maintenance and repair services for sewing machinery and related equipment

Notice Date
6/1/2022 11:50:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-22-SewMachRpr
 
Response Due
6/30/2022 12:00:00 PM
 
Archive Date
07/15/2022
 
Point of Contact
Eileen Emond, Brandon Rivett
 
E-Mail Address
eileen.emond.civ@army.mil, brandon.j.rivett.civ@army.mil
(eileen.emond.civ@army.mil, brandon.j.rivett.civ@army.mil)
 
Description
The Department of the Army, ACC-APG, Natick Contracting Division, Natick, MA intends to purchase the following maintenance and repair services for in-house sewing machinery, related equipment services, machine accessories, and sewing supplies such as needles, blades, scissors, etc. in accordance with Statement of Work (attached) in support of Combat Capabilities Development Command Soldier Center, Soldier Protection Directorate. This is a combined synopsis and solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. ��This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is W911QY-22-SewMachRpr. It is intended to place a Blanket Purchase Agreement (BPA) with JNT Holding Corporation on a sole source basis.� JNT Holding Corp. is the only known source for these services because JNT Holding Corp. technicians are the only source with the knowledge, equipment, and expertise to properly diagnose, repair, and troubleshoot these machines to keep them functioning, complete required preventative maintenance, and complete calibration.� All other timely offers will be considered and proposal submission shall be in accordance with Submission Instructions contained herein.� Evaluation factors are Technical Capability, Price, and Past Performance.� If other offers are received, the Government intends to make award to the Offeror whose proposal represents the Best Value to the Government. This requirement is set aside for small business.� NAICS Code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance.� Size standard is $8M. �The Army�s Office for Small Business Programs concurs with the small business restricted determination.� Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-01. FAR Clauses 52.212-1 through 52.212-5 and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement. The Government contemplates an award of a Firm-Fixed-Price Contract resulting from this solicitation. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award.� Instructions for registration are available at the website.� Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply.� The following addenda or additional terms and conditions apply:� In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater.� The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping. Offers should include price and delivery terms and the following additional information: Cage Code and UEI #.� Submission Instructions: All other Offerors shall submit a proposal consisting of three sections. These three sections shall be labeled, Section I � Technical Proposal; Section II � Pricing; and Section III Past Performance. No Pricing Information shall be submitted in Section I. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services. (a)�The Government will award a contract resulting from this�solicitation�to the responsible�offeror�whose�offer� conforming to this�solicitation�will be most advantageous to the Government, price and other factors considered. The following factors�shall�be used to evaluate�other offers: Technical capability of services offered to meet Government requirements: General Requirements. The contractor shall provide: Provide telephone support. Emergency services for machinery repairs as required by the Government. Deliver on site support within a 24 to 48 hour time frame with a trained maintenance mechanic. Specific Requirements:� The contractor shall: Maintain and Repair (to include parts and labor) approximately 123 sewing machines. Equipment ranges from light/medium duty to heavy duty.� Please refer to document (BPA Sewing Machinery List 11May 2022 Updated.xlsx) for full equipment list. Maintain and repair related equipment which includes: 8 cutting machines (hand operated), 2 steam generators, 2 vacuum presses, and 2 steam irons. Provide scissor sharpening services, including local pick-up and delivery. Provide machinery up-grade information. Have the ability to accept BPA calls for new sewing machinery, machine accessories, and sewing supplies such as needles, blades, scissors, etc. The offeror shall demonstrate expertise in on-site maintenance and repair of traditional and modern (computer programmed) machines. Personnel shall have the knowledge of, and ability to troubleshoot, repair, and advise on upgrades and best paths for repair for machinery. Offeror shall submit demonstrated experience and understanding of sewing machine maintenance and repair to include state-of-the-art sewing machines that are computerized programmed (such as bar tack, box x, and key hole button hole machines). They must be able maintain and repair computerized embroidery machines and be able to repair and set up steam iron equipment.� (ii) Price: Offeror shall submit itemize labor category, hourly labor rate, number of labor hours, and detailed travel expenses for each year. (iii)�Past Performance:� Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the Offeror. Offerors shall submit three (3) recent and relevant past performance examples performed within the last three (3) years Each example shall not exceed two (2) pages and shall include the following: Contract number, date of award, order number if applicable, CAGE code, DUNS number, and North American Industry Classification System (NAICS) code Government contracting activity, Contracting Officer name, telephone number, and email address Government Contracting Officer Representative (COR) and/or technical representative, telephone number, and email address If Offeror performed as a subcontractor, prime contractor company name, point of contact name, telephone number, and email address in lieu of or in addition to the contact information required in (b) and (c) above Contract type Awarded price/cost Description of the specific tasks or activities performed by the Offeror itself under the contract Narrative: Offerors shall provide a narrative for each past performance example. The narrative shall describe the contract listed, the contract objectives achieved by the Offeror, and how the contract is relevant to the requirements of this solicitation. Offerors shall state if they have no recent or relevant past performance. In the case of an�offeror�without a record of relevant�past performance�or for whom information on�past performance�is not available, the�offeror�may�not be evaluated favorably or unfavorably on�past performance. Technical and�past performance, when combined, are�more important than price.� (b)�Options (if applicable). 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. Offers may be e-mailed to brandon.j.rivett.civ@army.mil. Required Period of Performance:� Base period will be Date of Award thru 12 months thereafter and 4 option years, if exercised, F.O.B. Destination.� Offers must be received by 3:00 p.m. Eastern Standard Time on 30 June 2022.� Offers received after this date are late and will not be considered for award.� For information on this acquisition contact brandon.j.rivett.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f76b92700e24483d8a3f4cb38ccb5647/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN06343600-F 20220603/220601230102 (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.