Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SOLICITATION NOTICE

J -- The Defense Commissary Agency (DeCA) store located in Corpus Christi has a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP).

Notice Date
5/3/2024 7:43:22 AM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
DEFENSE COMMISSARY AGENCY FORT GREGG ADAMS VA 23801-1800 USA
 
ZIP Code
23801-1800
 
Solicitation Number
HQC004-24-Q-0030
 
Response Due
5/17/2024 1:00:00 PM
 
Archive Date
08/17/2024
 
Point of Contact
Tammy Torres, Phone: 804734800048549, Melba Brown, Phone: 804734800086241
 
E-Mail Address
tammy.torres@deca.mil, melba.brown@deca.mil
(tammy.torres@deca.mil, melba.brown@deca.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. It is the Government's intent to award this requirement using FAR Subpart 13.5 procedures. This announcement constitutes the only solicitation; quotes are being requested and no other written solicitation will not be issued. Quotes shall reference solicitation number HQC004-24-Q-0030. This Request for Quote (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-04 dated 04/01/2024. The associated North American Industry Classification (NAICS) code is 811310 with a small business size standard of $12.5M. The Government intends to award one firm fixed price contract for one base year and four one-year options. The options may be exercised at the discretion of the Government. This solicitation is being issued as 100% total small business set-aside. Description of Supplies/Services: The Defense Commissary Agency (DeCA) store located in Corpus Christi has a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP).� Period of Performance: Base Year:� ������������������������� June 1, 2024 � May 31, 2025����������� Option Year One: �������������� June 1, 2025 � May 31, 2026 Option Year Two:� ������������ June 1, 2026 � May 31, 2027 Option Year Three: ����������� June 1, 2027 � May 31, 2028 Option Year Four: ������������� June 1, 2028 - May 31, 2029 Contract Line Items (CLINs) � See attached Excel Spreadsheet to submit pricing. 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021) applies to this acquisition. (b)(4) Technical acceptability:� Each offeror shall submit a technical offer, including attachments.� It is imperative that your written technical offer addresses the evaluation factors outlined below in FAR 52.212-2.� The narrative must be written in a clear, concise fashion, describing the technical experience of technicians and how the offeror proposes to perform the requirements stated in the Performance Work Statement (PWS). Please respond to the following: Provide a brief narrative, not to exceed 3 pages, explaining how your company intends to perform the ��������������� standards prescribed in Section 3 of the PWS. Provide a brief narrative, not to exceed 3 pages, explaining how your service technicians have a sound ��������������� mechanical aptitude, ability, and an extensive working knowledge of troubleshooting, diagnosis, and ��������������� repairing the equipment listed in PWS Section 1.2.4. �(b)(6) Price: Provide your best price for each line item.� The price for PM�s will be billed quarterly and the price for Unscheduled Repairs, to include parts, labor and travel, will be billed monthly.� Enter all pricing for the base and option years.��� 52.212-2, Evaluation-Commercial Products and Commercial Services (N0V 2021) applies to this acquisition.� The following factors shall be used to evaluate offers:� Technical Acceptability of Service Price Past performance Technical and past performance, when combined, are equally important to price. Award will be made based on price and technical capability of the offeror.� Offeror will be determined to be technically acceptable if their proposed service meets the minimum requirements/standards outlined in the performance work statement. Price will be evaluated IAW FAR 13.106-3(a)(1), price reasonableness based on competitive quotations received in response to the combined synopsis/solicitation. The price considered will be the combined total of the base year and four option periods. Each offeror will be required to submit a technical narrative detailing how they intend to perform the requested service. The technical narrative will be rated on an acceptable or unacceptable scale based on how well the narrative meets the standards presented in the performance work statement. The requiring activity will complete the technical capability evaluation. Each offeror is required to submit their past performance references. Performance reviews under DeCA, or any other Federal agency, contracts provided by the references identified in the quote will be used in the evaluation of past performance. Past performance will be rated as acceptable or unacceptable and the assessment is a matter of judgement. If the offeror has no record of past performance, but is otherwise deemed responsible, they will be rated as acceptable. Performance capabilities and past performance, when combined are of equal importance when compared to price. The offeror that presents the quotation that is the most advantageous to the Government shall be awarded the anticipated firm-fixed price contract. FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) must be completed and submitted with quote. 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2021) applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), is applicable to this acquisition 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (June 2023) applies to this acquisition. Additional Provisions, Contract Requirements, and Terms and Conditions PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government �Alternate I (NOV 2021) NOV 2021 52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights JUN 2020 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management OCT 2018 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13 System for Award Management Maintenance OCT 2018 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 NOV 2021 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Nov 2021 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.219-6 Notice of Total Small Business Set-Aside NOV 2020 52.219-8 Utilization of Small Business Concerns OCT 2018 52.219-28 Post Award Small Business Program Representation MAR 2023 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor-Cooperation with Authorities and Remedies DEC 2022 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-37 Employment Reports on Veterans JUN 2020 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010 52.222-41 Service Contract Labor Standards AUG 2018 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards- Price Adjustment (Multiple Year and Option Contracts) AUG 2018 52.222-50 Combating Trafficking in Persons DEC 2021 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017 52.223-3 Hazardous Material Identification and Material Safety Data JAN 1997 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 52.223-20 Aerosols JUN 2016 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 52.232-17 Interest MAY 2014 52.232-18 Availability of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018 52.232-36 Payment by Third Party MAY 2014 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2021 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984 52.244-2 Subcontracts OCT 2010 52.245-1 Government Property JAN 2017 52.245-9 Use and Charges APR 2012 252.201-7000 Contacting Officer�s Representative SEPT 2011 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEPT 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEPT 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7004� Level I Antiterrorism Awareness Training for Contractors FEB 2019 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 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by The Government of a Country that Is A State Sponsor of Terrorism MAY 2019 252.216-7009 Allowability of Legal Costs Incurred in Connection with a Whistleblower Proceeding DEC 2022 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 252.225-7001 Buy American And Balance of Payments Program FEB 2024 252.225-7002 Qualifying Country Sources as Subcontractors MAR 2022 252.225-7012 Preference for Certain Domestic Commodities APR 2022 252.225-7048 Export-Controlled Items JUN 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items NOV 2023 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property JUN 2021 252.245-7003 Contractor Property Management System Administration APR 2012 252.245-7004 Reporting, Reutilization and Disposal APR 2012 252.245-7005 Management and Reporting of Government Property JAN 2024 Management and Reporting of Government Property JAN 2024 JAN 2024 252.247-7023 Transportation of Supplies by Sea JAN 2023 CLAUSES INCORPORATED BY FULL TEXT Offeror shall include a completed copy of the provision at 52.204-20, Predecessor of Offeror (AUG 2020), with its offer. Offeror shall include a completed copy of the provision at 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021), with its offer. Offeror shall include a completed copy of the provision at 52.204-26, Covered Telecommunications Equipment or Services--Representation (OCT 2020), with its offer. Offeror shall include a completed copy of the provision at 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016), with its offer. Offeror shall include a completed copy of the provision at 52.219-28, Post-Award Small Business Program Representation (Mar 2023), with its offer. 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) �(a) 30 days; 60 days �(b) If the Government exercises this option, the extended contract shall be considered to include this option clause. �(c) 60 months 52.222-35 Equal Opportunity for Veterans (JUL 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.233-2 Service of Protest (SEP 2006) (a) Evelyn Settles Director, Acquisition Management Defense Commissary Agency ATTN: CCQS 1300 Eisenhower Avenue Fort Gregg-Adams, Virginia 23801-1800 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) https://acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.252-2 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) https://acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.252-6 Authorized Deviations in Clauses (NOV 2020) Defense Federal Acquisition Regulation (48 CFR Chapter 2) 252.211-7007� Reporting of Government-furnished Property (AUG 2012) 252.215-7008� Only One Offer (JUL 2019) 252.232-7003� Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area Workflow Payment Instructions (DEC 2018) Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC �HQ0866 Issue By DoDAAC �HQC004 Admin DoDAAC** �HQC004 Inspect By DoDAAC �N/A Ship To Code �N/A Ship From Code �N/A Mark For Code �N/A Service Approver (DoDAAC) HQC Service Acceptor (DoDAAC) HQC Accept at Other DoDAAC �N/A LPO DoDAAC �N/A DCAA Auditor DoDAAC �N/A Other DoDAAC(s) �N/A IMPORTANT INFORMATION FREEDOM OF INFORMATION ACT (FOIA) SOLICITATION AND CONTRACTS FOIA AND POSTING NOTICE Any award(s) resulting from issuance of this solicitation or quote may be posted in the DeCA Freedom of Information Act (FOIA) electronic reading room at www.commissaries.com.� The posting will contain the total contract award amount, as well as any awarded individual contract line item pricing (CLIN and Sub-CLIN).� Unexercised option prices will not be published. In compliance with the provisions of Executive Order 12600, the contract holder may identify to the agency FOIA Officer (foia@deca.mil), within 21 calendar days of the contract award date, any information contained in the contract that it deems to be confidential commercial information.� The FOIA officer will review the submission and contact the contract holder with a decision.� Failure to identify any such information will be interpreted by the Agency as the contract holder having no such information to identify or withhold from posting in the FOIA electronic reading room. The postings typically take place at a minimum of two distinct points; upon the initial award of the contract and then again after the final option period has been exercised.� However, should a FOIA request for the contract be received in the interim, the contract may be reposted including any awarded contract pricing up to the date of the FOIA request. Unexercised option prices will not be published. This action is being taken to ensure contract award information is available to the general public, as it was in the past, pursuant to the President�s January 21, 2009 memorandum regarding the Freedom of Information Act (FOIA). Defense priorities and Allocating System (DPAP) is not applicable to this solicitation. The completed solicitation package with quotes must be returned no later than 4:00 P.M. Eastern Standard Time (EST) on May 17, 2024. Vendors shall submit quotes by email to Tammy Torres, Contract Specialist and Melba Brown, Contracting Officer via email at Tammy.Torres@deca.mil and Melba.Brown@deca.mil.� No fax, hand delivered, or mail-in quotes will be accepted.� Quotes MUST be good for 90 calendar days after close. Please ensure all information requested is included.� Information will be posted to Contract Opportunities: https://sam.gov/content/opportunities. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site.� Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. Questions pertaining to this solicitation be directed to Tammy Torres and Melba Brown via email at Tammy.Torres@deca.mil and Melba.Brown@deca.mil. �Questions must be received by 10:00 AM EST on May 10, 2024. Attachments: Attachment 1 Performance Work Statement (PWS)� Attachment 2 Pricing Sheet (Contract Line Item Structure) Attachment 3 Preventive Maintenance Check List Attachment 4 Equipment List
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e8ed40e4b98c47bb96edd382940181ca/view)
 
Place of Performance
Address: Corpus Christi, TX, USA
Country: USA
 
Record
SN07052594-F 20240505/240503230037 (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.