Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2023 SAM #7946
SOLICITATION NOTICE

J -- AIR COMPRESSOR AND AIR DRYER ANNUAL MAINTENANCE SERVICES FOR THE TNARNG

Notice Date
8/28/2023 8:16:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W7N1 USPFO ACTIVITY TN ARNG NASHVILLE TN 37204-1502 USA
 
ZIP Code
37204-1502
 
Solicitation Number
W912L723Q1607
 
Response Due
8/31/2023 10:00:00 AM
 
Archive Date
09/15/2023
 
Point of Contact
Justin McQueen, Phone: 6153132672, Teresa Baxter, Phone: 6153132658
 
E-Mail Address
justin.t.mcqueen.mil@army.mil, teresa.a.baxter.civ@army.mil
(justin.t.mcqueen.mil@army.mil, teresa.a.baxter.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Tennessee Army National Guard (TNARNG) Purchasing and Contracting office for United States Property and Fiscal Office (USPFO) TN located at 3041 Sidco Drive, Nashville TN 37204 is issuing a Request for Quote (RFQ) for a commercial, single award contract. �This is a combined synopsis/solicitation for�commercial products�or�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. The North American Industry Classification System (NAICS) code for this requirement is 811310�- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a small business size standard of $12.5 million. The Product Service Code for this requirement is J043 Maint/repair/rebuild Of Equipment- Pumps and Compressors. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 with an effective date 06/02/2023. This solicitation is set-aside in totality to Small Business entities IAW FAR 19.502. The Government intends to award a Firm Fixed Price contract. All responsible sources may submit an offer, which shall be considered by this Agency.� Requirement Summary The Tennessee Army National Guard�s Combined Support Maintenance Shop, (located in Smyrna, TN), has six (6) air compressors and three (3) air dryers that require annual maintenance services every 12 months from the initial service date, in accordance with the attached Performance Work Statement (PWS), to ensure that the equipment is performing efficiently and safely. Requirement:�Service Materials/Handling:�Contractor provides materials and handling equipment necessary to provide annual maintenance services of six (6) air compressors and three (3) air dryers. Free On Board (FOB):�Destination Period of Performance (POP): �The Period of Performance shall be One (1) Base Year of Twelve (12) months and Four (4) 12-month option years with performance beginning no later than 30 September 2023 in accordance with the attached PWS. Place of Performance VTS-Smyrna ARNG-Tennessee ATTN: SSG Nicholas Morocco� 321 Weakley Lane BLDG 200 Smyrna, TN 37128 Quotes must be itemized to coincide with the table provided below. Table 1: Line Item����������Quantity� � � � � � � � Unit����������Description����������������������������������������������������������������� 0001� � � � � � � � � 1.00� � � � � � � � � � � �Job���������Air Compressor and Air Dryer Maintenance Services 1001� � � � � � � � � 1.00� � � � � � � � � � � �Job � � � � Air Compressor/Dryer Maintenance Services Opt Yr. 1 2001� � � � � � � � � 1.00� � � � � � � � � � � �Job� � � � �Air Compressor/Dryer Maintenance Services Opt Yr. 2 3001� � � � � � � � � 1.00� � � � � � � � � � � �Job� � � � �Air Compressor/Dryer Maintenance Services Opt Yr. 3 4001� � � � � � � � � 1.00� � � � � � � � � � � �Job� � � � �Air Compressor/Dryer Maintenance Services Opt Yr. 4 The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52-212-3, Online Reps and Certifications, FAR 52.212-4 Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items. Instructions The provision at FAR�52.212-1, Instructions to�Offerors-Commercial Products�and�Commercial Services, applies to this acquisition and is included in full text within this combined synopsis/solicitation. Quotes are due into this office no later than 31 August 2023 at 12:00 PM Central Standard Time. Questions are due into this office no later than�29 August 2023 at 10:00 AM Central Standard Time. Submit quotes and questions via email to the point of contact referencing this solicitation, Justin McQueen at justin.t.mcqueen.mil@army.mil. Vendor must submit quote on time via email to justin.t.mcqueen.mil@army.mil. Please refer to Evaluation factors for more information regarding evaluation of offers. When submitting a quote, vendor must include with their quote the following information: A completed copy of the provision at 52.212-3, Offeror Representations and Certifications -Commercial Products and Commercial Services must be included (see attached blank pdf copy) Unique Entity Identifier Tax Identification Number CAGE Code Number Annual performance schedule to include date of initial service Certifications or any form of verifiable documentation clearly substantiating vendor is an authorized service provider for the equipment brands and models listed within the attached Performance Work Statement POC Information Warranty information that includes length of coverage as well as any other components of coverage to include, but not limited, parts, labor, etc. Please see the following attachments: Attachment 1_Solicitation Document Attachment 2_ Performance Work Statement Attachment 3_Service Contract Act Wage Determination 2015-4647 Attachment 4_52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services Evaluation Factors The provision at FAR�52.212-2 Evaluation-Commercial Products and Commercial Services applies to this acquisition and is included in full text within this combined synopsis/solicitation. 52.212-2�Evaluation�Commercial Products and Commercial Services (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 � To be considered for award process, vendor must submit offer on time. The following sub-factors are considered in this buy: (1) Vendor�s offer must substantiate the vendor is an authorized service provider for the equipment brands and models listed within the attached Performance Work Statement (2) Vendor must be active in SAM; (3) annual performance schedule to include date of initial service; (4) warranty information that includes length of coverage as well as any other components of coverage to include, but not limited, parts, labor, etc. (ii) Price- All charges must be inclusive including shipping if any. (iii) Past Performance. Within 3 years Past performances. The Government will use FAPIIS/CPARS for Past Performance evaluation(s). Past Performance will be evaluated in accordance with the Federal Acquisition Regulation (FAR) subpart 15.305(2). Technical is more important than Price and Price is considered more important than Past Performance. Vendor�s Past Performance must indicate no active exclusions in SAM.� (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) CLAUSES INCORPORATED BY REFERENCE �������� 52.204-7������System for Award Management����OCT 2018 52.204-13����System for Award Management Maintenance����OCT 2018 52.204-14 � �Service Contract Reporting Requirements �OCT 2016 52.204-16����Commercial and Government Entity Code Reporting����AUG 2020 52.204-18����Commercial and Government Entity Code Maintenance����AUG 2020 52.204-19����Incorporation by Reference of Representations and�Certifications.����DEC 2014 52.204-23����Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.����JUL 2018 52.204-25����Prohibition on Contracting for Certain Telecommunications�and Video Surveillance Services or Equipment.���NOV 2021 52.204-27����Prohibition on a ByteDance Covered Application���JUN 2023 52.209-10����Prohibition on Contracting With Inverted Domestic�Corporations����NOV 2015 52.212-3������Offeror Representations and Certifications-Commercial Products and Commercial Services����MAY 2022 52.232-39����Unenforceability of Unauthorized Obligations����JUN 2013 52.232-40����Providing Accelerated Payments to Small Business�Subcontractors����DEC 2013 52.233-4������Applicable Law for Breach of Contract Claim����OCT 2004 52.247-34 � �F.o.b Destination �NOV 1991 252.201-7000 � �Contracting Officer�s Representative � DEC 1991 252.203-7000����Requirements Relating to Compensation of Former DoD�Officials����SEP 2011 252.203-7002����Requirement to Inform Employees of Whistleblower Rights����SEP 2013 252.203-7003 � �Agency Office of the Inspector General �AUG 2019 252.203-7005����Representation Relating to Compensation of Former DoD Officials����NOV 2011 252.204-7003����Control Of Government Personnel Work Product����APR 1992 252.204-7008����Compliance With Safeguarding Covered Defense Information Controls����OCT 2016 252.204-7012����Safeguarding Covered Defense Information and Cyber Incident Reporting ����DEC 2019 252.204-7015����Notice of Authorized Disclosure of Information for Litigation�Support����MAY 2016 252.204-7016����Covered Defense Telecommunications Equipment or Services�-- Representation����DEC 2019 252.204-7017����Prohibition on the Acquisition of Covered Defense�Telecommunications Equipment or Services -- Representation����MAY 2021 252.204-7018����Prohibition on the Acquisition of Covered Defense�Telecommunications Equipment or Services����JAN 2021 252.204-7019����Notice of NIST SP 800-171 DoD Assessment Requirements����MAR 2022 252.211-7003����Item Unique Identification and Valuation����MAR 2022 252.225-7001����Buy American and Balance of Payments Program����JUN 2022 252.225-7048����Export-Controlled Items��JUN 2013 252.225-7059����Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation JUN 2023 252.225-7060����Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023�������������� 252.232-7003����Electronic Submission of Payment Requests and Receiving Reports����DEC 2018 252.232-7010����Levies on Contract Payments����DEC 2006 252.244-7000����Subcontracts for Commercial Items����JAN 2021 (see attached Solicitation document for Clause Incorporated by full text)�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f2a0a4d4c1df42adb9860a53e01b9812/view)
 
Place of Performance
Address: Smyrna, TN 37167, USA
Zip Code: 37167
Country: USA
 
Record
SN06808914-F 20230830/230828230100 (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.