AGS Equipment Load Testing

expired opportunity(Expired)
From: Federal Government(Federal)
W912NS23Q8508

Basic Details

started - 23 Jun, 2023 (10 months ago)

Start Date

23 Jun, 2023 (10 months ago)
due - 14 Jul, 2023 (9 months ago)

Due Date

14 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
W912NS23Q8508

Identifier

W912NS23Q8508
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)NGB (17512)W7NJ USPFO ACTIVITY MO ARNG (323)
[object Object]

SetAside

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

Attachments (2)

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 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04.The associated North American Industrial Classification System (NAICS) code for this procurement is 33923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing with a size standard of 1,250 employees. The Federal Product/Service Code (PSC) is J036 Maint/Repair/Rebuild of Equipment - Special Industry Machinery. This requirement is a Total Small Business (SB) set-aside and only qualified offerors may submit proposals.The following commercial services are requested: (See enclosed “B8 - PWS AGSE Equipment Load Testing...”
(PWS).CLIN 0001: Load Testing & Recertification (Base Year) – See Performance Work Statement (PWS: attached) Quantity: 1 Unit of Measure: JOB Price: ____________Period of Performance: 8/01/2023 – 7/31/2024CLIN 1001: Load Testing & Recertification (Option Year 1) – See Performance Work Statement (PWS: attached) Quantity: 1 Unit of Measure: JOB Price: ____________Period of Performance: 8/01/2024 – 7/31/2025CLIN 2001: Load Testing & Recertification (Option Year 2) – See Performance Work Statement (PWS: attached) Quantity: 1 Unit of Measure: JOB Price: ____________Period of Performance: 8/01/2025 – 7/31/2026CLIN 3001: Load Testing & Recertification (Option Year 3) – See Performance Work Statement (PWS: attached) Quantity: 1 Unit of Measure: JOB Price: ____________Period of Performance: 8/01/2026 – 7/31/2027CLIN 4001: Load Testing & Recertification (Option Year 4) – See Performance Work Statement (PWS: attached) Quantity: 1 Unit of Measure: JOB Price: ____________Period of Performance: 8/01/2027 – 7/31/2028Quote Submission Instructions: Submit your quote on Company Letter Head (include CAGE). Offeror shall utilize the Contract Line-Item Number (CLIN) structure when submitting Quote. Quote Price shall include any taxes or fees to fully meet criteria of the RFQ. If offeror fails to fully demonstrate quoted services meet the specifications, they shall be considered not acceptable or non-responsive.Submit quotes electronically via email to douglas.m.young4.civ@army.mil and craig.l.lueckenotto.civ@army.mil utilizing the following subject: RFQ W912NS22Q8508 "Company Name". All quotes shall be submitted by 3:00 P.M./1500 Central Time on 14 July 2023. Late submissions will not be considered.Question Submittal: Submit in similar format to quote submission above and to the same email addresses not later than 3:00 P.M./1500 Central Time on 11 July 2023.Basis of Award: Price Only, after demonstrating the proposed services meet or exceed the salient characteristics as stated in the attachment “B8 - PWS AGSE Equipment Load Testing...”Contract Award: The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.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).Award Type: will be a firm-fixed price purchase order for services requested. The Missouri National Guard reserves the right to look at past performance, references, and SBA certificate of competency before finding technical acceptability. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be “ACTIVE” at the time of award.Payment: Invoiced and paid through Wide Area Work Flow (WAWF).Clauses Concerning Type of Set-Aside:52.219-6 Notice of Total Small Business Set Aside (Nov 2020)Joint Venture:A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:(A) Small business(B) Service-disabled veteran-owned small business(C) Women-owned small business (WOSB) under the WOSB Program(D) Economically disadvantaged women-owned small business under the WOSB Program(E) Historically underutilized business zone small business.The following provisions and clauses apply to this acquisition:PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE:FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017)FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)FAR 52.204-7 System for Award Management (Oct 2018)FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)FAR 52.204-13 System for Award Management Maintenance (Oct 2018)FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)FAR 52.204-17 Ownership or Control of Offeror (Aug 2020)FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)FAR 52.204-20 Predecessor of Offeror (Aug 2020)FAR 52.204-22 Alternative Line-Item Proposal (Jan 2017)FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred Suspended, or Proposed for Debarment (Nov 2021)FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)FAR 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services (DEVIATION 2023-O0002) (DEC 2022)FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Services (DEVIATION 2018-O0021) (Sep 2018)FAR 52.217-5 Evaluation of Options (July 1990)FAR 52.217-8 Option to Extend Services (Nov 1999)FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)FAR 52.219-1 Small Business Program Representations (DEVIATION 2023-O0002) (DEC 2022)FAR 52.219-28 Post Award Small Business Program Representation (Oct 2022)FAR 52.222-3 Convict Labor (Jun 2003)FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)FAR 52.233-3 Protest After Award (Aug 1996)FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022)DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022)DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)DFARS 252.204-7006 Billing Instructions (Oct 2005)DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)DFARS 252.211-7003 Item Unique Identification and Valuation (Mar 2022)DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019)DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (Dec 2022)DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014)DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013)DFARS 252.225-7001 Buy American and Balance of Payments Program (Jun 2022)DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Mar 2022)DFARS 252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program (Dec 2022)DFARS 252.225-7048 Export-Controlled Items (Jun 2013)DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018)DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration (Dec 2022)DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991)DFARS 252.244-7000 Subcontracts for Commercial Items (Dec 2022)DFARS 252.246-7008 Sources of Electronic Parts (May 2018)DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019) FAR PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):https://www.acquisition.gov/(End of provision)52.252-2 Clauses Incorporated by Reference (Feb 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):https://www.acquisition.gov/(End of clause)52.252-5 Authorized Deviations in Provisions (Nov 2020)The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(End of clause)52.252-6 Authorized Deviations in Clauses (Nov 2020)The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause)

Springfield ,
 MO  65803  USALocation

Place Of Performance : N/A

Country : United StatesState : MissouriCity : Springfield

You may also like

Fall Protection Equipment Load Testing

Due: 01 May, 2024 (in 2 days)Agency: DEPT OF DEFENSE

Ag Tractors, Equipment & Products

Due: 30 Dec, 2024 (in 8 months)Agency: Arkansas Department of Finance and Administration

BACKUP GENERATOR LOAD TESTING AND INSPECTION/PREVENTIVE MAINTENANCE

Due: 31 Aug, 2025 (in 16 months)Agency: BUREAU OF RECLAMATION

Please Sign In to see more like these.

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

Classification

naicsCode 333923Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
pscCode J036Maintenance, Repair and Rebuilding of Equipment: Special Industry Machinery