Search Contract Opportunities

Blanket Purchase Agreement - Key Control - USACE Nashville District   3

Type: Solicitation • ID: W912P522Q0031
If You Don't Win This Contract, We Know Who Probably Will

Use our Partner Finder tool to discover market leaders

Free Trial Schedule Demo

Description

1. DESCRIPTION: This Blanket Purchase Agreement (BPA) is established to provide equipment and hardware replacement, repairs, and organization for key control, as needed for the U.S. Army Corps of Engineers, Nashville District, on an as-needed basis when requested by the authorized callers.

2. TYPE OF CONTRACT: The Government intends to award multiple commercial service Firm-Fixed Price BPAs.

3. EXTENT OF OBLIGATION: The Government is obligated only to the extent of authorized calls actually places against the BPA.

4. ORDERS AND LIMITATIONS: Each BPA Call has a maximum limit of $75,000.00 by a Contracting Officer and $250,000.00 maximum limit.

5. PERIOD OF PERFORMANCE: The BPAs period of performance will be 5 years from the date of award. Call order period of performance will be established on an individual call order basis.

6. BASIS FOR AWARD: Award shall be made to contractors who are determined to be qualified and responsible and meet the requirements listed in the performance work statement. Contractors do not have to provide a quote for all locations listed to be selected for award (E.g. if a contractor is only interested in performing services in Kentucky, then it would only fill in the quote schedule for Kentucky and answer accordingly in the questionnaire that it is interested in a BPA for Kentucky only)

7. PLACE OF PERFORMANCE: The BPAs will be used to support both the Nashville District missions. Individual call order places of performance will be established on a call order basis.

8. QUESTIONS: Questions regarding the solicitation must be submitted to Todd Allman via email at robert.t.allman@usace.army.mil no later than 2:00 PM, Central Time on Thursday, 21 July 2022.

9. QUOTE SUBMISSION: Quotes must be received no later than 2:00 PM, Central Time on Tuesday, 2 August 2022.

a. The quote shall include the following elements to be considered for the BPA:

(1) SF 1449: Filled out by the vendor for: Block 17a, Block 17b (if applicable), Block 30a, Block 30b, and Block 30c.

(2) Completed BPA questionnaire (attached).

(3) All Amendments (SF 30s): Signed if applicable.

(4) Complete Quote Schedule (attached)

(5) FAR 52.212-3 Alt I: If your System for Award Management (SAM) registration is current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of your offer- only paragraphs (b) and (k)(2) need filled in; otherwise complete the entire provision.

(6) Offerors and quoters are required to be registered in the System for Award Management (SAM) database (www.sam.gov) at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements.

(7) Contracting officers shall use the legal business name or ``doing business as name and physical address from the contractors SAM registration for the provided unique entity identifier to identify the contractor in section A of the contract schedule, similar sections of non-uniform contract formats and agreements, and all corresponding forms and data exchanges. Contracting officers shall make no changes to the data retrieved from SAM.

For SAM Customer Service, contact:

Federal Service Desk URL: www.fsd.gov

Hours: 8am - 8pm (Eastern Time)US Calls: 866-606-8220

International Calls: 334-206-7828

DSN: 866-606-8220

(8) Provide business Unique Entity Identifier (previously known as DUNS) _______________________________ (phone 800-333-0505 for DUNS).

(9) Provide business CAGE code: __________________________________

(10) Tax Identification Number: ____________________________________

11. APPARENT SUCCESSFUL OFFEROR: The following may be required from the successful offeror prior to actual award of the contract: a. A minimum of one (1) banking reference for their firm and a minimum of three (3) past performance references for similar contracted work. (1) The banking reference should include the financial institutions legal name, complete physical address, a point-of-contact (POC) at the financial institution, the POCs telephone number, fax number, and email address.(2) The past performance references should include firms name, the contract number, the contract period of performance and/or contract completion date, the contracts aggregate value, a brief description of the project, a POC, the POCs telephone number, fax number, and email address.

12. INSTRUCTIONS FOR SUBMITTING ELECTRONIC BIDS: All bids shall be submitted electronically through the PIEE site. Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil Submission shall be in Adobe PDF format. You are limited to twenty-five (25) maximum files per upload (total size cannot exceed 8GB). If you have a large number of files, recommend that you combine or ZIP your files before uploading to the PIEE site. Bidders may use compression utility software such as WinZip or PKZip to reduce file size and facilitate transmission.

13. FILE DESCRIPTION: Include a File Description for each file(s) you upload. The File Description will be included in the email notice to each of the recipients you choose to have access your file(s). NOTE: Do NOT enter Privacy Act Data (Personal Identification Information (PII)) in the File Description.) Submission shall be in Adobe PDF format.

14. RECEIPT OF SUBMISSIONS: For the purposes of establishing whether a bid submission is considered timely, the Government considers the date and time the submission is completely uploaded into the PIEE website. For bids larger than the stated capacity of the PIEE website and require multiple submissions, the Government will consider the date and time the last submission is completely uploaded into the PIEE website. Do not assume that electronic communication is instantaneous. It can take several minutes or, in some cases, hours. The Government will not be responsible for submissions delivered to any location or to anyone other than those designated to receive bids. Bidders are responsible for ensuring that bids are submitted so as to reach the designated recipient. Bidders are responsible for allowing sufficient time for the bid to be received in accordance with the instructions provided. *Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W912P522Q0031' to obtain more details.*

Overview

Response Deadline
Aug. 2, 2022, 3:00 p.m. EDT Past Due
Posted
July 15, 2022, 2:19 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Signs of Shaping
50% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 7/15/22 USACE Nashville District issued Solicitation W912P522Q0031 for Blanket Purchase Agreement - Key Control - USACE Nashville District due 8/2/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561622 (SBA Size Standard $25 Million) and PSC 5340.
Primary Contact
Name
Robert Allman   Profile
Phone
(615) 736-2759
Fax
None

Secondary Contact

Name
Ray Kendrick   Profile
Phone
(615) 736-7932
Fax
6157367124

Documents

Posted documents for Solicitation W912P522Q0031

Opportunity Lifecycle

Procurement notices related to Solicitation W912P522Q0031

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912P522Q0031

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912P522Q0031

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT NASHVILLE
FPDS Organization Code
2100-W912P5
Source Organization Code
100221376
Last Updated
July 15, 2023
Last Updated By
robert.t.allman@usace.army.mil
Archive Date
July 15, 2023