Laundry Machine Inspection Services

expired opportunity(Expired)
From: Federal Government(Federal)
W912JB-21-Q-0110

Basic Details

started - 14 Sep, 2021 (about 2 years ago)

Start Date

14 Sep, 2021 (about 2 years ago)
due - 20 Sep, 2021 (about 2 years ago)

Due Date

20 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
W912JB-21-Q-0110

Identifier

W912JB-21-Q-0110
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (711471)DEPT OF THE ARMY (133406)NGB (17551)W7NF USPFO ACTIVITY MI ARNG (320)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOLICITATION WORKSHEETDetermination of Best Procurement Approach:        Contract OpportunitiesSolicitation number:  W912JB-21-Q-0110 Request For Quote (RFQ)Title:                            Laundry Machine Inspection ServicesNAICS:                         811412 Appliance Repair and MaintenanceIssue date:                  13 SPE 2021Closing date:              20 SEP 2021 – 12:30 p.m.1.0       This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, FAR 13 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation being requested. A written solicitation will not be issued. 1.1       The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. 1.2       Small business set aside is 100% small business. Applicable size standard is $5.5 million.1.3       Place of performance:  Camp Grayling,
Cantonment, MI and Grayling  Army Airfield, MI1.4       Period of performance is Base Year 9 Months period and (4) 12 months Options Years.1.5       Requirement                                                                                                  The Michigan Army National Guard has a requirement for laundry machine maintenance services. The MIARNG requires laundry machines to be inspected for functionality and operability. Please see the attached Performance Work Statement and Quality Assurance Surveillance Plan for exact requirements. 1.6       ServicesIn accordance with the Performance Work Statement (PWS), paragraph 5.0, it is anticipated that a firm-fixed price contract will be awarded.   Offeror shall include the following table in the quote for the CLIN structure.                                                                  Unit of Issue              Extended AmountCLIN      Description                                  per month                  for base period/Option Year0001      Laundry Machine  Inspection1001      Laundry Machine Inspection Option Year12002     Laundry Machine Inspection Option Year23001     Laundry Machine Inspection Year34001     Laundry Machine Inspection Option Year42.0       Solicitation AmendmentsIt is the offeror’s responsibility to monitor this site for any amendments.  The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions.   It is the offeror’s responsibility to contact the POC to verify the quote is received PRIOR to the date and time set for the due date of RFQ. Late quotes may not be eligible for award. Quote submission must be completed by the date and time indicated. If Amendments to the solicitation are issued, all offerors must acknowledge the Amendments by signing the accompanying Standard Form 30 and returning the signed Standard Form 30 for all Amendments issued with the offeror’s quote submission. Failure to acknowledge all Amendments issued by the Government may result in the quote submitted in response to the solicitation been rejected by the Government.2.1       Errors, Omissions, Or AmbiguitiesIf an offeror believes the solicitation, including the Performance Work Statement, contains an error, omission, or ambiguity, or is otherwise unsound, the offeror shall immediately notify the Contract Administrator and Contracting Officer in writing with supporting rationale prior to the date set for the closing for receipt of quotes.3.0       Submission of Quote3.1       Refer to clause 52.212-1 Instructions to Offerors on Attachment C Applicable Clauses for further instructions.  An SF1449 is not required in accordance with FAR 12.603(b). The written quote shall be submitted on a PDF document to address the RFQ factors.3.2       The Government may not consider quotes that fail to include all of the information requested in this solicitation.3.3       Offers shall be clear and concise and include sufficient detail for effective evaluation. The offeror shall not simply rephrase or restate the Government’s requirements but shall provide convincing rationale to address how the offeror intends to meet the requirements in the Performance Work Statement (PWS), paragraph 5.0.3.4       Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, DUNS or entity business identifier, tax identification number and expiration date of pricing (minimum of 30 days).3.5       Statement of Acknowledgement:  a statement specifying the extent of agreement with all terms, conditions and provisions of the RFQ and a statement of agreement to perform the services set forth in the PWS.  Any exceptions taken to any attachment, terms, conditions or clauses may be grounds for the Contracting Officer to reject the offer from further consideration in the evaluation process.3.6       Technical Capability shall include relevant information articulating the offeror’s proposed approach to meeting the PWS requirements. This section shall clearly demonstrate the offeror’s understanding by providing a clear description of all processes and procedures employed.  Offeror’s shall include relevant experience in performing proposed processes and procedures.3.7       Past Performance for a total up to three years of recent contract past performance references that were performed by the offeror as the prime contractor which the offeror considers to have relevance.   These may include federal, state, local and private industry contracts. Include contract number, contract type, total value of the contract, delivery or period of performance, and POC name/address/phone of contract holder. Provide a description of relevant work performed on the contract.3.8       Pricing of the offer shall include substantiating data of the price proposal to establish that the proposed price is reasonable and complete.  The Service Contract Act applies to the requirements; the offer should include the breakdown of labor and the applicable category on the Wage Determinations.  Pricing must be divisible by 12 (billing monthly during the life of the contract).3.9       Questions due:  17 SEP  2021, 12:30 pm Eastern Standard Time (EST)Questions must be submitted via email to olayemi.o.olatunji.mil@mail.mil.  Questions will not be answered via telephone.  Answers to questions will be provided to all prospective Offerors, giving due regard to the proper protection of the proprietary information. In order to receive responses to questions, Offerors shall cite, at a minimum, the section, paragraph, number, and page number. The Government will not address any hypothetical questions aimed toward receiving a potential “evaluation decision” from the Government.3.10     Quotes due:    20 SEP 2021 – 12:30 p.m. Eastern Standard Time (EST)  Offerors are encouraged to ensure initial proposal is their best and final. The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity.4.0       EvaluationThe government intends to award to the responsible company(s) whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value. Best value will be determined by evaluating each quote for price, past performance, and capability to meet the requirements. Capability will be rated as acceptable or unacceptable. All evaluation factors are approximately equal.The government may award to other than the lowest price quote. The perceived benefits of the higher priced quote may merit the additional cost.  Negative action in FAPIIS or SPRS in the last three years may render your quote unacceptable.Award may be made without discussion. Therefore, offeror must provide complete information in the package for the government to determine the best value. The government reserves the right to require minor clarifications. However, the government may award without requesting clarification for ambiguity.5.0       InvoicingInvoice terms are Net 30 days. Invoices must be for services performed. Invoices will not be accepted for billing future services during the period of performance. Inspection and acceptance will be at Camp Grayling, Michigan.  Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).  Quantity for services is 12 which corresponds to the number of invoices to be submitted once per month for the time of performance.6.0       SAM RegistrationIAW FAR 52.204-7, the prospective awardee must have an active registration in www.sam.gov at the time of award. Vendors are encouraged to verify that their registration is active prior to submitting a quote. If the prospective awardee is not active in SAM data base at the time of award, the prospective awardee will be allowed 10 calendar days to become registered and active in SAM. The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active by the 10 calendar day deadline.

Fowlerville ,
 MI  49739  USALocation

Place Of Performance : N/A

Country : United StatesState : MichiganCity : Grayling

Classification

naicsCode 811412Appliance Repair and Maintenance
pscCode J079Maintenance, Repair and Rebuilding of Equipment: Cleaning Equipment and Supplies