The Defense Commissary Agency (DeCA) stores located at Group 24 Grand Forks Commissary have a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP)

Agency: DEPT OF DEFENSE
State: North Dakota
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Jan 26, 2023
Due: Feb 13, 2023
Solicitation No: HQC00423Q0023
Publication URL: To access bid details, please log in.
Follow
The Defense Commissary Agency (DeCA) stores located at Group 24 Grand Forks Commissary have a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP)
Active
Contract Opportunity
Notice ID
HQC00423Q0023
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE COMMISSARY AGENCY (DECA)
Office
DEFENSE COMMISSARY AGENCY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 26, 2023 02:21 pm EST
  • Original Date Offers Due: Feb 13, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J073 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Grand Forks AFB , ND 58205
    USA
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 HQC00423Q0023. This Request for Quote (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 dated 12/30/2022. The associated NAICS code is 811310 with a small business size standard of 11 million dollars. 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 Requirement: The Defense Commissary Agency (DeCA) stores located at Group 24 Grand Forks Commissary have a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP).



Period of Performance (POP):

Base Year: May 1, 2023 –April 30, 2024

Option Year One: May 1, 2024 – April 30, 2025

Option Year Two: May 1, 2025 – April 30, 2026

Option Year Three: May 1, 2026 – April 30, 2027

Option Year Four: May 1, 2027 – April 30, 2028



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.

ADDENDUM TO FAR 52.212-1

(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 D

(b)(6) Price: Provide your best price foreach line item. The price for PM’s will be quarterly and the price for Unscheduled Repairs to include parts, labor and travel will be 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:

(i) Technical Acceptability of Service

(ii) Price

(iii) 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 meet the minimum requirements/standards outlined in the performance work statement

FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 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.

ADDENDUM TO FAR 52.212-4

The following paragraphs have been changed/added to FAR 52.212-4 Terms and Conditions – Commercial Items.



(c) Changes: Administrative Modifications-



The government may issue unilateral written modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address or changes to the accounting and appropriation data. Contract modifications will be issued and accessed through the Electronic Document Access System (EDA) via Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/piee-landing . Contractors must complete the on-line registration available at the website in order to retrieve documents displayed there.



(g) Invoice: Procedures-



All invoices shall be submitted electronically to DFAS Columbus via Wide Area WorkFlow (WAWF) in accordance with DFARS clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018). The contract will require the type of invoice to be used as “Invoice and Receiving Report (COMBO)”. Separate invoices shall be created for each location and service call.



The contractor must access the WAWF Vendor Tools on the DFAS website and complete the requirements to obtain an active WAWF account. This will allow the contractors to submit invoices via WAWF so that payments can be processed electronically through EFT.



(i) Payment: Procedures-



Contract payments will be processed electronically via EFT through the Defense Finance and Accounting Service (DFAS). Prior to DFAS releasing any contract payment, the contractor must submit a proper invoice using Wide Area Work Flow (WAWF) electronic commerce. After a proper invoice is received, a Government representative will acknowledge acceptance and receipt. After all items are properly submitted, the contract payment will be processed via DFAS electronically.



Payment status can be obtained by checking the Misc Info Tab on your invoice in WAWF and on the MyInvoice link via Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/piee-landing.



Payment Inquiries: Payment questions can be addressed by calling DFAS – Columbus, OH Customer Service at 800-756-4571.



If you need technical assistance on WAWF, contact: Ogden Help Desk, 866-618-5988.



For additional WAWF information, see clause 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018).

(q) Other Compliances: Labor Poster Information-



Clause at 52.222-41, Service Contract Act of 1965, as amended, is applicable to the services performed under this contract. The contractor is responsible for obtaining and posting the following publications available at http://www.dol.gov/compliance/topics/posters.htm



1. Employee Rights on Government Contracts (WHD Publication 1313)

2. Employee Rights under Fair Labor Standards Act (WHD Publication 1088)

3. Equal Employment Opportunity is the Law (OFCCP 1420)



If you are unable to obtain a copy of the applicable posters at the above web site, please contact the Contract Administrator identified on page one of this award document.

52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2022) 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) JUN 2020

52.203-12 Limitation on Payments to Influence Certain Federal Transactions 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

52.209-10 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

52.222-3 Convict Labor JUN 2003

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

52.232-40 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 SEP 2013

252.223-7008 Prohibition of Hexavalent Chromium JUN 2013

252.225-7001 Buy American And Balance of Payments Program MAR 2022

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

252.243-7002 Requests for Equitable Adjustment DEC 2012

252.244-7000 Subcontracts for Commercial Items JUN 2021

252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property APR 2012

252.245-7002 Reporting Loss of Government Property APR 2012

252.245-7003 Contractor Property Management System Administration APR 2012

252.245-7004 Reporting, Reutilization and Disposal APR 2012

252.247-7023 Transportation of Supplies by Sea FEB 2019



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 (Sep 2021), 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) 66 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)

• Director, Acquisition Management

Defense Commissary Agency

ATTN: CCQS

1300 E Avenue

Fort Lee, 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 must be returned no later than 4:00 p.m. Eastern Standard Time (EST) on February 13, 2023.

Vendors shall submit quotes by email to TJ Mahone, Contract Specialist and Melba Brown, Contracting Officer via email at tammy.mahone@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 TJ Mahone and Melba Brown via email at tammy.mahone@deca.mil and Melba.brown@deca.mil Question(s) must be received by 10:00 AM EST on February 6, 2023.





EQUIPMENT LIST



See Attached

Attachment 1 Performance Work Statement (PWS)

Attachment 2 Pricing Sheet (Contract Line Item Structure)



STORE Group 24 Grand Forks

1M20-A MIXER/GRINDER SINGLE 2

1M18 SAW, MEAT, BAND TYPE 2

1B12-A OVEN, ROTARY, ELECTRIC, SINGLE 1

1B20 PROOFER, ROLL-IN 1

1M14 CHOPPER, MEAT, TABLE TOP MODEL 1

1M16 MOLDER/ BULKER/ MEAT ATTACHMENT 2

1M34 TENDERIZER, MEAT, TABLE TOP MODEL 1

4SMA SLICER, MEAT, AUTOMATIC 4

1D09 ROTISSERIE 1


Attachments/Links
Download All Attachments/Links
Contact Information
Contracting Office Address
  • EQUIP & MAINTENANCE CONTRACTING DIV 1300 E AVENUE
  • FORT LEE , VA 23801-1800
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 26, 2023 02:21 pm ESTCombined Synopsis/Solicitation (Original)

Related Document

Jun 23, 2023[Combined Synopsis/Solicitation (Updated)] The Defense Commissary Agency (DeCA) stores located at Group 24 Grand Forks Commissary have a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Magistrate Judge's Chambers Refresh, Fargo, North Dakota Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 12/12/2024

View Solicitation Solicitation Number: 108.5-24-001 Type: Request For Proposal Issuing Agency: Secretary of

State Government of North Dakota.

Bid Due: 4/03/2024

View Solicitation Solicitation Number: 325-23-930-091 Type: Request For Proposal Issuing Agency: Human Services,

State Government of North Dakota.

Bid Due: 4/03/2024

Follow Child Development Center Renovation Solicitation Active Contract Opportunity Notice ID FA452824R0001 Related

Federal Agency

Bid Due: 4/01/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.