Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SOLICITATION NOTICE

J -- Preventative Maintenance and Repairs Mobile Event Team Trailers

Notice Date
11/17/2023 5:38:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
W7NE USPFO ACTIVITY MA ARNG DEVENS MA 01434-3505 USA
 
ZIP Code
01434-3505
 
Solicitation Number
W912SV24Q0001
 
Response Due
12/1/2023 2:00:00 PM
 
Archive Date
12/16/2023
 
Point of Contact
Christopher Edwards, Isao Hattori
 
E-Mail Address
christopher.p.edwards27.mil@army.mil, isao.hattori.civ@army.mil
(christopher.p.edwards27.mil@army.mil, isao.hattori.civ@army.mil)
 
Description
This is a combined synopsis/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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote; the solicitation number is W912SV-24-Q-0001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-05. The Massachusetts Army National Guard (MAARNG) has a requirement to establish multiple Blanket Purchase Agreements (BPA) for a non-personal services agreement to provide Preventive Maintenance (PM) and unscheduled Repair Service (RS) of the Massachusetts Army National Guard (MA ARNG) Recruiting & Retention Battalion (RRB) Mobile Event Team Trailers (METT), as identified, located at Camp Curtis Guild. A BPA is an agreement, not a contract or purchase order. It is like a charge account that sets forth terms and conditions prior to an actual purchase. The Government is not obligated to purchase any definite amount under this BPA. If a need arises, an authorized representative of the Government may issue an order following the procedures outlined in the BPA. If the BPA holder accepts the order, then a binding contract between the Government and BPA holder will exist for that specific order. This requirement is issued as a Full and Open Competition using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 811111 � General Automotive Repair. The small business size standard is $9.0M. Interested vendors must add the applicable NAICS to their System for Award Management (SAM) Representations and Certifications prior to submitting their responses. Description of Requirement: 1. The Contractor shall provide preventative maintenance, inspections, and repairs as described in the attached Performance Work Statement (PWS). 2. Additional terms and conditions are contained in the following documents: a) Blanket Purchase Agreement Terms and Conditions; b) Attached Provisions and Clauses incorporated by reference or by full text. 3. Contract Line-Item Numbers (CLIN) will be dependent on individual Calls and/or orders issued under the resultant BPA, the BPA itself will have no CLINs. Delivery quantities, locations, and types will vary according to need and will be determined for each order or call placed under a Master Blanket Purchase Agreement. 4. The Government intends to award approximately three (3) BPAs to responsible vendors that demonstrate a capability to provide preventative maintenance, inspections, and repairs as described in the PWS. The Government reserves the right to award additional BPAs beyond the estimated number, or award no BPAs, from this combined synopsis/solicitation as determined to be in the Government's best interest. BPAs do not obligate any funds and are not binding contracts. The Government will be obligated only to the extent that authorized BPA calls or orders are made under these agreements. 5. BPAs will be evaluated annually and are anticipated to remain in place for five (5) years. The total maximum order limit for ALL Master BPAs (combined) awarded under this solicitation is $250,000. Individual orders or calls will not exceed the Simplified Acquisition Threshold ($250,000). The establishment of a BPA does not imply any agreement on the part of the Government to place future calls or orders with the BPA holder. The Government makes no representation as to the number or dollar amount of orders that may be placed. 6. Calls/orders will be competed among Master BPA holders for the applicable region as request for quotes via oral solicitation or by e-mail. Failure to submit a complete and timely response to a Request for Quote (RFQ) may result in it being determined non-responsive. a) The Government reserves the right to set aside any Call/order to any specific socioeconomic category of small business BPA Holder(s) (i.e., 8(a), HUBZone, SDVOSB, or WOSB, etc. concerns). b) The Government reserves the right, at the Government�s discretion, to directly award a Call or issue an order to any BPA Holder that has not yet received a call/order under their Master BPA or where a justification is made for exception to fair opportunity. c) The Government reserves the right to not request quotes from any BPA Holder due to lack of satisfactory performance or a documented history of poor-quality items on prior BPA orders/Calls. Submission Requirements: 1. The Government will evaluate all responses in accordance with the submission requirements and evaluation criteria described herein. Responses should be prepared simply and provide concise description of capabilities to satisfactorily perform all requirements. Responses to this announcement shall include: a) Capability Statement showing how the vendor can meet all requirements of this solicitation. b) Current price list(s) for preventative maintenance, inspections, and repairs that may be selected by the Government to meet the requirements of the PWS. Rates for additional charges should also be included. Please note that the Massachusetts National Guard is exempt from tax, therefore rates should not include tax. The government is requiring for �quotation� a price listing catalog of parts typically required for the types of trailers listed in the PWS, along with price for Inspections, and Labor Rates. 2. The responses to this combined synopsis/solicitation shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked to indicate its contents, the solicitation number, and the identity of the firm submitting. Responses may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your response. 3. As prescribed in DFARS 252.204-7007, interested parties must be registered with System for Award Management (SAM) under the NAICS 811111. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://sam.gov/SAM/. Evaluation Criteria: BASIS FOR AGREEMENT: Price Only BPAs will be established with responsible vendors that can successfully meet the submission requirements stated above. The Government intends to evaluate responses and award BPAs without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. IAW FAR 13.106-2(b)(3), formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. NOTE: THE GOVERNMENT WILL NOT AWARD TO THIRD PARTY ENTITIES. SUBMISSION OF RESPONSES: Responses shall be submitted electronically to Isao Hattori via isao.hattori.civ@army.mil and Chris Edwards via christopher.p.edwards27.mil@army.mil. All responses shall be submitted by the date/time stated in this notice **Responses will only be accepted electronically via the e-mail addresses provided above. It is the vendors� responsibility to confirm that their responses have been received. QUESTIONS: Questions regarding this acquisition may be addressed to Chris Edwards and Isao Hattori at the above listed email address. Questions must be received no later than five (5) business days prior to the offers due date stated in this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8877cb972add46de8741288ec63b1146/view)
 
Place of Performance
Address: MA, USA
Country: USA
 
Record
SN06888762-F 20231119/231117230050 (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.