Agency: | DEPT OF DEFENSE |
---|---|
State: | Massachusetts |
Type of Government: | Federal |
Category: |
|
Posted: | Mar 26, 2024 |
Due: | Apr 8, 2024 |
Solicitation No: | W911QY-24-R-Refrigeration |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
The Department of the Army, Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Division (ND), Natick, MA intends to procure refrigeration maintenance services/repair. The Soldier Systems Center is located in Natick, MA, in Middlesex County. This acquisition will be in support of the United States (US) Army Garrison.
This is a combined synopsis and 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; proposals are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is W911QY-24-R-Refrigeration.
It is intended to place a single firm fixed priced contract with the winning bidder. All timely offers will be considered and proposal submission shall be in accordance with Submission Instructions contained herein. Evaluation factors are Technical Capability, Past Performance, and Price. The Government intends to make award to the Offeror whose proposal represents the Best Value to the Government.
This requirement will be a small business set aside. NAICS Code is 238220 Plumbing, Heating, and Air-Conditioning Contractors. Size standard is $19,000,000.00. The Army’s Office for Small Business Programs concurs with the small business set aside determination. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. FAR Clauses 52.212-1 through 52.212-5 and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement. The Government contemplates an award of a Firm-Fixed-Price Contract resulting from this solicitation. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply. The following addenda or additional terms and conditions apply: In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater. The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping(If applicable).
Offers should include price and delivery terms and the following additional information: Cage Code and UEI #.
Submission Instructions:
All other Offerors shall submit a proposal consisting of two (2) separate documents. The first document shall include sections labeled, Section I – Technical Proposal; Section II – Past Performance Proposal; and the second document shall include Section III Price.
Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
i)Technical capability of services offered to meet Government requirements:
a) The contractor shall demonstrate their ability to comply with requirements as outlined in the attached Statement of Work.
ii) Past performance:
iii) Price: annual labor rate, labor hours, and detailed breakdown of pricing shall be submitted.
Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the Offeror. Offerors shall submit three (3) recent and relevant past performance examples performed within the last three (3) years
Each example shall not exceed two (2) pages and shall include the following:
Offerors shall state if they have no recent or relevant past performance.
In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.
Technical and past performance, when combined, are more important than price.
(b) Options (if applicable). 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).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
FAILURE TO SUBMIT A TIMELY PROPOSAL EXACTLY IN ACCORDANCE WITH THE SUBMISSION INSTRUCTIONS MAY RESULT INTHE OFFEROR’S PROPOSAL BEING REJECTED AS UNACCEPTABLE OR NONCOMPLIANT, AND THEREFORE INELIGIBLE FOR AWARD CONSIDERATION.
All questions must be submitted at least 1 week prior to the response date. Questions submitted after this date may not receive a response.
A site visit will be held on 4 April 2024 at 10am EST. The POC for the site visit will be Mr. Michael Coyne at michael.p.coyne4.civ@army.mil. Please contact Mr. Coyne at least three (3) days prior to 4 April 2024 should you have any questions. Interested offerors will need to complete the attached NSSC Contractor Site Access Request form. Please follow the instructions on the form. Offers shall be e-mailed to Lyndon.s.jagroop.civ@army.mil. Required Period of Performance is a twelve (12) month base period follow by for (4) twelve (12) month options for a total of sixty (60) months. Offers must be received by 12:00 p.m. Eastern Standard Time on 8 April 2024. Offers received after this date are late and will not be considered for award. For information on this acquisition contact Lyndon Jagroop at Lyndon.s.jagroop.civ@army.mil.
Lyndon S. Jagroop
Contracting/Agreement/Grant Officer
Apr 2, 2024 | [Combined Synopsis/Solicitation (Updated)] Refrigeration Maintenance & Repair |
Apr 5, 2024 | [Combined Synopsis/Solicitation (Updated)] Refrigeration Maintenance & Repair |
With GovernmentContracts, you can:
IFB - Franklin Ridge Booster Pump Station Start / End Dates & Times:
Town of Franklin MA
Bid Due: 5/01/2024
Bid Solicitation: BD-24-1026-DOE02-DOE01-99820 Responses Due in 48 Days, 5 Hours, 13 Minutes Header
Commonwealth of Massachusetts
Bid Due: 5/01/2024
Bid Solicitation: BD-24-1045-BWR00-BWR01-99902 Responses Due in 69 Days, 22 Hours, 30 Minutes Header
Commonwealth of Massachusetts
Bid Due: 5/24/2024
Bid Solicitation: BD-24-1142-111-111-99918 Header Information Bid Number: BD-24-1142-111-111-99918 Description: RFP - Acquisition Fund
Commonwealth of Massachusetts
Bid Due: 5/16/2024