Preventative Maintenance and Repair Services for DODEA Schools at Fort Campbell, Kentucky/Tennessee

expired opportunity(Expired)
From: Federal Government(Federal)
W91236-17-R-0017COMBINE

Basic Details

started - 05 Apr, 2017 (about 7 years ago)

Start Date

05 Apr, 2017 (about 7 years ago)
due - 09 May, 2017 (about 7 years ago)

Due Date

09 May, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
W91236-17-R-0017COMBINE

Identifier

W91236-17-R-0017COMBINE
Department of the Army

Customer / Agency

Department of the Army
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.

This solicitation contemplates the award of a firm-fixed price contract for the performance of all requisite preventative maintenance and demand maintenance and repair services defined in the Performance Work Statement (PWS) up to the limit of liability ($20,000) for the six (6) month base period and each of the four successive twelve month option periods for DoDEA facilities at Fort Campbell, Kentucky/ Tennessee. The award of this base period to the successful offeror, or the exercise of a successive option, shall also provide the Government an indefinite delivery/indefinite quantity (IDIQ) ordering period of the same length for additional services as defined in the PWS. This contract will be governed by Service Wage Rates and Davis-Bacon Act wage rates as discussed more fully in the instructions for the Price Proposal in Section L & M of this solicitation. Offerors will be evaluated in accordance with Sections L & M of this solicitation.A.1 Contract Titles: Preventative and Demand
Maintenance for Department of Defense Education Activity Facilities at Fort Campbell, Kentucky/Tennessee.A.2 Acceptance Period for Proposal: Offers providing less than 180 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.A.3 Type of Contract: As noted above, the solicitation contemplates the award of a firm-fixed price contract for the performance of all requisite preventative maintenance and demand maintenance and repair services defined in the Performance Work Statement (PWS) up to the limit of liability ($20,000) for the six (6) month base period and each of the 4 (four) successive twelve month option periods. The award of the base period to the successful offeror, or the exercise of a successive option, shall also provide the Government an indefinite delivery/indefinite quantity (IDIQ) ordering period of the same length for additional services as defined in the PWS.A.4 Minimum Guarantee: The minimum guarantee will be satisfied by the exercised value of the Firm Fixed Price Base 6 month Period CLIN at award to contractor.A.5 Performance Based Contract: This is a Performance Based Acquisition which utilizes a Performance Work Statement (PWS) in accordance with FAR 37.6 - Performance-Based Acquisition. PLEASE SEE SECTION C.A.6 Set-Aside: Competitive Procurement, 100% Set Aside for Small Business Concerns.A.7 NAICS Code: The NAICS Code assigned to this procurement is 238220 with a small business size standard of$15,000,000.00.A.8 Wage Determination (Service/Wage Decision (Construction): The Service Contract Act and Davis Bacon Act is applicable to this solicitation. Refer to Section J, Attachments.A.9 Bid Guarantee/Bonding Requirements: NOT REQUIRED for this procurement.A.10 Contract Term: This contract contains provisions for a six (6) month Base Period with four (4) Option Years.A.11 Period of Performance: The period of performance will be determined at the time of award.A.12 Bidder Inquiry: All questions and/or comments should be submitted no later than 10 calendar days priors to the proposal due date, in order that they may be given consideration or actions taken prior to receipt of offers.A.12-1 Inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet .A.12-2 To submit and review bid inquiry items, bidders will need to be current register into system.To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue.A.12-3 From this page you may view all bidder inquiries or add inquiryA.12-4 Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team.A.12-5 The Solicitation Number is: W91236-17-R-0017A.12-6 The Bidder Inquiry Key is : 94ET9K-V3NR5UA.12-7 The Bidder Inquiry System will be unavailable for new inquires 10 days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary.A.12-8 Offerors are encouraged to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.A.12-9 The call center operates weekdays from 8am to 5pm U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.A.12-10 Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals.A.13 Site Visit: The Site Visit will be 12 April 2017. SEE REVISED SITE VISIT ATTACHMENTA.14 Award To Responsible OfferorResponsibility will be determined, prior to award, by the Contracting Officer, either by performing a pre-award survey or conclusions based on a previous pre-award survey and/or any performance data available. A pre-award survey will be performed and the offeror will be required to show that he has the necessary capital, experience, and owns or can procure the necessary plant or other resources to commence the work at the time prescribed in the specifications and thereafter to prosecute and complete the work safely and satisfactorily within the time specified.A.15 EVIDENCE OF AUTHORITY TO SIGN OFFERSEvidence of the authority of individuals signing offers to submit firm offers on behalf of the offeror is required except where the offer is signed, and shows that it is so signed, by: President, Vice-President, or Secretary of an incorporated offeror; a partner in the case of a partnership; or the owner in the case of a sole proprietorship. Failure to submit with the offer satisfactory evidence of the authority of all other persons may be cause for rejection of the offer as invalid or nonresponsive.A.16 BASIS OF AWARDThe requirement uses Lowest Price Technically Acceptable selection procedures, where price and non-price factors are considered. Refer to Section M, Paragraph 2, "Evaluation of Factors for Award" .A.17 INCURRING COSTSThe Government is not liable for any cost incurred by the offeror submitting an offer in response to this solicitation.A.18 AGENTSOffers signed by an Agent must be made in the name of the Principal and must be accompanied by evidence of said Agent's authority to act on behalf of its Principal.A.19 UNBALANCED BIDSAny offer which is materially unbalanced as to prices for the Base Items and the Optional Items may be rejected as non-responsive or otherwise not considered for award. An unbalanced offer is one which is based on prices significantly less than cost for some work and prices which are significantly overstated for other work.A.20 UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNELThe contractor shall not accept instructions issued by any person, employed by the U.S. Government or otherwise, other than the Contracting Officer or the Authorized Representative of the Contracting Officer acting within the limits of his/her authority as defined in the Designation of Authority letter. A copy of the Designation of Authority letter will be furnished to the contractor at time of contract award.A.21 INSTUCTIONS FOR SUBMITTING PRICESThe attached DODEA Schools at Fort Campbell pricing sheet contains several Exhibit Line Item Numbers (ELIN) that correspond with the Section B of the solicitation. When submitting prices, the contractor must complete and return the DODEA Schools at Fort Campbell pricing sheet provided as an attachment to this solicitation. This form shall also be used to derive at the prices for each CLIN in Section B of the solicitation. SEE BID SCHEDULE INSTRUCTIONS IN CLIN DESCRIPTION WHEN SUBMITTING PRICESContact Information: Ramone A. Pierce, Contract Specialist , Phone 7572017883, Email ramone.a.pierce@usace.army.mil - Joy M. Wright, Contracting Officer, Phone 7572017145, Email joy.m.wright@usace.army.mil Office Address :803 Front Street Norfolk VA 23510-1096 Location: USACE District, Norfolk Set Aside: Total Small Business

Fort Campbell, Kentucky/TennesseeLocation

Address: Fort Campbell, Kentucky/Tennessee

Country : United StatesState : Kentucky

You may also like

Please Sign In to see more like these.

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

Classification

NAISC: 238220 GSA CLASS CODE: J