Federal Bid

Last Updated on 18 Jun 2020 at 4 PM
Solicitation
Dexter Maine

Repair Emergency Lighting/Repair Fire Suppression Hood - Dexter, ME

Solicitation ID W15QKN-20-Q-5238
Posted Date 18 Jun 2020 at 4 PM
Archive Date 17 Jul 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W6qk Acc-Pica
Agency Department Of Defense
Location Dexter Maine United states 04930

1. The United States Army Contracting Command – New Jersey (ACC-NJ) has a requirement in support of the 99th Readiness Division (RD), Directorate of Public Works located at the Julian P. Clukey USARC, 54 Prospect Street Dexter, ME 04930-1427.   The project includes, but is not limited to, the contractor providing all plant, labor, equipment, tools, materials, supervision, and transportation  to accomplish the following work which consists of but is not limited to (1) repairing emergency lighting systems in the Training Center and Organizational Maintenance Shop and (2) repairing kitchen fire suppression hood and all other specifications as stated in the Specification of Work (SOW).    

2.  Contractor must have an “Active” registration in System for Award Management (SAM) to be considered for award.  To obtain information on SAM or to register with SAM visit the web site at:  https://www.beta.sam.gov.    
 
3. A site visit is not mandatory but it is highly recommended. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The site visit request shall be coordinated via email with the Regional Facility Operation Specialist (RFOS), Leslie Gadsby at [email protected] AND copy Contract Specialist, Stephen Burks at [email protected]. The site visit will be held at Julian P. Clukey USARC, 54 Prospect Street Dexter, ME 04930-1427.      

4.  Questions shall be emailed to the Contract Specialist, Stephen Burks at [email protected] AND the Contracting Officer, Sharon Wilson-Emmons at [email protected] no later than June 30, 11:00 AM EST.  Questions must specify the section or paragraph of the Specifications of Work (SOW) for which the clarification is desired.     
 
5. Contractor offers shall be submitted via email to Stephen Burks at [email protected] AND Sharon Wilson-Emmons at [email protected] .   All offers shall include the following:           
 
        Pricing:    

a. Pricing for all Contract Line Item Numbers (CLINs). Unit price and total price should also be included.    
 
b. CAGE Code, DUNS Number, and business-size standard under the applicable NAICS of     238220- Plumbing, Heating, and Air-Conditioning Contractors,  238210- Electrical Contractors and Other Wiring Installation Contractors  

c. Complete blocks 17a, 30a, 30b and 30c of the SF1442 as well as signing/acknowledging any amendments.  In doing so, the offeror accedes to the contract terms and conditions as written in the Request for Quote.    
 
d.  Copy of insurance certificate meeting minimum requirements identified in Federal Acquisition Regulation Subpart 28.307-2    
 
6. All offers shall remain valid for 120 calendar days.    
 
7. Multiple offers will not be accepted.    
 
8.  Attachment:     

- Site Map  

ME006-Dexter-A3-CSS-8035-FP-Emergency Lighting Repair

ME006-Dexter-A3-CSS-8035-Pictures-Emergency Lighting Repair

ME006-Dexter-A3-Floor Plan-CSS-15754-Repair Fire Suppression Hood        

      

         II. BASIS FOR AWARD / EVALUATION CRITERIA 

1. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered.  The basis for award of any contract resulting from this solicitation will be the result of the evaluation of the Factors specified utilizing the Lowest Price Technically Acceptable Source Selection methodology. The Government intends to award a single Firm Fixed Price (FFP) contract.     
 
Offerors must provide a Technical Capabilities Statement with their Proposal.
 
2.  The Government intends to award a contract without discussions with respective offerors, so offerors should submit their best offer initially.  The Government, however, reserves the right to conduct discussions if deemed in its best interest.    
 
3.  Award shall be made to a single contractor. Award will be made to the lowest priced technically acceptable, responsible offeror that meets the requirements of the Specifications of Work/attachments and this solicitation.    
 
A.   PRICE:   

1.  Proposals will include unit prices for each line item listed and a total price, in order that proposals may be properly evaluated; completed SF1449 and any amendments; insurance certificate IAW FAR Subpart 28.307-2.    
 
2.  The Government will evaluate offers for award purposes by adding the total price for all Contract Line Item Numbers (CLIN) for the total evaluated price. In the event there is a difference between a unit price and the total CLIN amount, the unit price will be held as the intended price multiplied by the number of units. If the offeror shows only the total amount but fails to submit a unit price, the total CLIN amount divided by the quantity will be held as the intended price.   
 
Offerors must complete a Price Breakdown Sheet to be included with their Proposal.  
 
C.  The Past Performance Information Retrieval System and Federal Awardee Performance & Integrity Information Systems as well any other Government-sponsored information available may be utilized to help make a responsibility determination in accordance with FAR Subpart 9.104.    
 
D.  Failure to provide the requested information may deem the proposal Unacceptable and may not be eligible for award.    
 
E.  The Government will begin the evaluation process with a ranking based on the Total Evaluated Price from the lowest to highest price.  Following the price ranking, only the lowest priced offeror(s) will be evaluated for technical acceptability under the non-price factor(s) according to the evaluation criteria set forth in paragraph 3 of this section.  If acceptable, the evaluation will stop at that point and award will be made to the lowest priced technically acceptable offeror. If unacceptable, the Government will continue to review proposals in order of price until evaluating one that is technically acceptable and eligible for award.  The Government reserves the right to conduct additional technical evaluations as deemed necessary.

Bid Protests Not Available

Similar Past Bids