Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2022 SAM #7547
SOLICITATION NOTICE

J -- J--National Park Service, National Capital Area, ID/IQ for elevator inspection, ma

Notice Date
7/28/2022 8:27:02 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NCR REGIONAL CONTRACTING(30000) WASHINGTON DC 20242 USA
 
ZIP Code
20242
 
Solicitation Number
140P3022Q0014
 
Response Due
9/2/2022 9:00:00 AM
 
Point of Contact
Madison, Craig, Phone: 2029133810
 
E-Mail Address
Craig_Madison@nps.gov
(Craig_Madison@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRESOLICITATION NOTICE ONLY - National Park Service, National Capital Area (NCA) Elevator Inspection, Testing, Maintenance, and Repair ID/IQ. 1) Action Code. NAICS is 561210 and the business size standard is $41.5 M. 2) Date. 07/28/2022 3) Year. 2022 4) Contracting Office ZIP Code. 20242 5) Product or Service Code. J035 6) Contracting Office Address. 1100 Ohio Dr., S.W. Washington, DC 20242 7) Subject. National Capital Area Elevator Inspection, Testing, Maintenance, and Repair ID/IQ. 8) Proposed Solicitation Number. 140P3022Q0014 9) Closing Response Date. 09/02/2022 10) Contact Point or Contracting Officer. Craig Madison at craig_madison@nps.gov 11) Contract Award and Solicitation Number. N/A 12) Contract Award Dollar Amount. N/A 13) Line-Item Number. N/A 14) Contract Award Date. N/A 15) Contractor. N/A 16) Description. This is a pre-solicitation notice only and does not constitute a solicitation. Accordingly, no response is due at this time, nor will any questions of a technical or contractual nature be answered. Specific instructions on submitting responses will be contained in solicitation documents. A date and time for a site visit will be specified in the solicitation. A firm fixed priced ID/IQ is anticipated. Requirement is 100% set-aside for small business. The applicable NAICS is 561210 and the business size standard is $41.5 M size standard. Contractor shall be registered in System for Award Management (SAM)under the appropriate NAICS code. The magnitude of this project is between $1,000,000 and $5,000,000. The location is the National Capital Area which encompasses National Park Service sites in the District of Columbia, Maryland, Virginia, and West Virginia. The base period of performance is for 1 year with four (4) 1-year options and a 6-month extension. In compliance with FAR 22.403-1, Construction Wage Rate Requirements, the prevailing wage rates will apply. A solicitation will be issued as a Request for Quote (RFQ) solicitation. The solicitation subsequent to this announcement may be canceled at any time. NOTE: This notice does not obligate the government to award a contract nor does it obligate the government to pay for any quote preparation costs. Complete solicitation and attachments will be posted on or about August 12, 2022. USDA BioPreferred product categories apply to this acquisition. For more information regarding the Department of Agriculture Biobased Program go to: http://www.biopreferred.gov. Project Description The NPS �NCA has a requirement for a single contractor that is capable of effectively and efficiently inspecting, testing, maintaining, and repairing the elevators within the NCA parks to the highest industry standards and �industry best� conditions by continuously preserving and maintaining the condition, appearance, and performance of the elevators in keeping with their original and modernized design as well as to perform all required repairs. The purpose of the maintenance program specified herein is to provide the following: A. Safe, consistent, and reliable operation B. Maximum operational performance C. Maximum beneficial usage D. Maximum life cycle The contractor will also provide required inspections services for all elevators, lifts and associated equipment identified in the Performance Work Statement. The single contract will be awarded and will include a one (1) year base period of performance, with four (4) one-year options periods, plus a 6-month extension under the authority of 52.217-8. There will be additional items included as options, subject to the availability of funding. The solicitation and resulting award will be conducted under FAR Part 12 � Commercial Items, using FAR Part 13 - Simplified Acquisition Procedures, as authorized by FAR 12.102 (b). Based on the estimated value, which exceeds the Simplified Acquisition Threshold, the solicitation will follow FAR 13.5, as authorized by FAR 13.5000 (a). The Government will issue a single contract because of this solicitation to the responsible quoter whose quote is determined to offer the �best value� to the Government considering both price and other factors listed in FAR 52.212-2 above. Evaluation of quotes/offers will be conducted in accordance with Simplified Acquisition Procedures, which allows the Contracting Officer broad discretion in fashioning suitable evaluation procedures per FAR 13.106-2 (b). Therefore, the Tradeoff process as defined in 15.101-1 shall be used in the requirement as authorized by FAR 13. Additionally, as authorized by FAR 13.106-2 (b)(3) when using price and other factors the offers will be evaluated in efficient and minimally burdensome fashion. The quotes/offers will be evaluated in a comparative manner, and there will be no competitive range established as authorized by FAR 13.106-2 (b)(3). The Government may reject any or all quotes/offers, issue an award to other than the lowest quote/offer, and waive minor informalities or irregularities in quotes/offers received, or elect to not award at all. The Government may issue an award based on quotes/offers as received, without entering discussions with any offeror. Therefore, each initial quote should contain the offeror's best terms and must speak directly to the evaluation factors listed in FAR 52.212-2. The Government does not intend to hold discussions. If necessary, the Government may conduct discussions with any or all quotes. Offerors are advised that in the evaluation process, primary consideration will be given to the technical quality of the quotes. All technical evaluation factors, when combined, are significantly more important than price. A price evaluation will be performed to determine the reasonableness of the proposed price. Pricing will be evaluated for reasonableness and understanding of the work.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4e7582ed62fa427bac2c8e8eba2b9a5a/view)
 
Record
SN06405438-F 20220730/220728230111 (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.