Search Contract Opportunities

Preventative Maintenance and Repair Services for Department of Defense Education Activity Schools at Quantico MSC and Dahlgren NSWC, Virginia   2

ID: W91236-18-R-0020 • Type: Synopsis Solicitation

Description

Posted: May 24, 2018, 5:16 p.m. EDT
The purpose of this amendment is to instruct all offerors to DELETE Attachment 2 Quantico-Dahlgren Facilities List in its entirety and REPLACE with Attachment 2 Quantico-Dahlgren Facilities List REV1, which is provided with Amendment 0001.
A Microsoft Excel Version of Attachment 1: Specialized Experience has been provided with this amendment.
Posted: May 22, 2018, 5:54 p.m. EDT
This solicitation contemplates the award of a firm-fixed price, single award, indefinite-delivery, indefinite-quantity contract for the performance of all requisite preventative maintenance and demand maintenance and repair services defined in the Performance Work Statement (PWS) up to the limit of liability ($20,000). The period of performance is a six (6) month base period and four (4) twelve month option periods for DoDEA facilities at Marine Corps Base (MCB) Quantico and Dahlgren Naval Station Weapon Center (NSWC), Virginia. This contract will be governed by Service Wage Rates and Davis-Bacon Act wage rates. An Offeror's proposal will be evaluated in accordance with Sections L & M of this solicitation.

A.1 Acceptance Period for Proposal: Offers providing less than 180 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

A.2 Minimum Guarantee: The minimum guarantee will be satisfied by issuing a task order for the price of the base year of the Preventive Maintenance CLIN.

A.3 Performance Based Contract: This is a Performance Based Acquisition which utilizes a Performance Work Statement (PWS) in accordance with FAR 37.6 - Performance-Based Acquisition.

A.4 Set-Aside: This acquisition is a Set Aside for Small Business Concerns.

A.5 NAICS Code: The NAICS Code assigned to this procurement is 238220, Plumbing, Heating, and Air-Conditioning Contractors with a small business size standard of
$15,000,000.00.

A.6 Wage Determination (Service/Wage Decision (Construction): The Service Contract Act and Davis Bacon Act is applicable to this solicitation. Refer to Section J, Attachments.

A.7 Bid Guarantee/Bonding Requirements: A bid guarantee and bonding requirements are NOT REQUIRED for this procurement.

A.8 Bidder Inquiry: All questions, clarifications, and verifications regarding the solicitation package shall be submitted in writing and uploaded to ProjNet. ProjNet will close 10 calendar days prior to the proposal due date, to allow the Government sufficient time to respond to all questions, clarifications, and verifications. The Government will provide a consolidated response that will be uploaded to FedBizOpps (FBO) as a separate attachment.

A.8-1 ProjNet website,http://www.projnet.org/projnet .
A.8-2 To submit and review bid inquiry items, offerors will need to be currently registered in ProjNet.
To self-register, go to the web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create
user. Verify that information on next screen is correct and click continue.
A.8-3 From this page you may view all offeror inquiries or add an inquiry
A.8-4 Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team.
A.8-5 The Solicitation Number is: W91236-18-R-0020
A.8-6 The Bidder Inquiry Key is : R9FI86-7EMDGV
A.8-7 The call center operates weekdays from 8am to 5pm U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.

A.9 Site Visit: A Site Visit will be held on Wednesday, 30 May 2018. Site Visit instructions and and arrangements can be found in Section J, Attachments

A.10 Award To Responsible Offeror

Responsibility will be determined, prior to award, by the Contracting Officer, either by performing a pre-award survey or conclusions based on a previous pre-award survey and/or any performance data available. A pre-award survey will be performed and the offeror will be required to show that he has the necessary capital, experience, and owns or can procure the necessary plant or other resources to commence the work at the time prescribed in the specifications and thereafter to prosecute and complete the work safely and satisfactorily within the time specified.

A.11 EVIDENCE OF AUTHORITY TO SIGN OFFERS

Evidence of the authority of individuals signing offers to submit firm offers on behalf of the offeror is required except where the offer is signed, and shows that it is so signed, by: President, Vice-President, or Secretary of an incorporated offeror; a partner in the case of a partnership; or the owner in the case of a sole proprietorship. Failure to submit with the offer satisfactory evidence of the authority of all other persons may be cause for rejection of the offer as invalid or nonresponsive.

A.12 INCURRING COSTS
The Government is not liable for any cost incurred by the offeror submitting an offer in response to this solicitation.

A.13 AGENTS

Offers signed by an Agent must be made in the name of the Principal and must be accompanied by evidence of said Agent's authority to act on behalf of its Principal.

A.14 UNBALANCED BIDS

Any offer which is materially unbalanced as to prices for the Base Period and all Option Yearsmay be rejected as non-responsive or otherwise not considered for award. An unbalanced offer is one which is based on prices significantly less than cost for some work and prices which are significantly overstated for other work.

A.15 UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL

The contractor shall not accept instructions issued by any person, employed by the U.S. Government or otherwise, other than the Contracting Officer or the Authorized Representative of the Contracting Officer acting within the limits of his/her authority.


Overview

Response Deadline
June 22, 2018, 3:00 p.m. EDT Past Due
Posted
May 22, 2018, 5:54 p.m. EDT (updated: June 15, 2018, 3:29 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Marine Corps Base (MCB) Quantico & Naval Surface Warfare Center (NSWC) Dahlgren VA USA
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
On 5/22/18 USACE Norfolk District issued Synopsis Solicitation W91236-18-R-0020 for Preventative Maintenance and Repair Services for Department of Defense Education Activity Schools at Quantico MSC and Dahlgren NSWC, Virginia due 6/22/18. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238220 (SBA Size Standard $19 Million) and PSC Z.
Primary Contact
Title
Contract Specialist
Name
Ramone A. Pierce   Profile
Phone
None

Secondary Contact

Title
Contracting Officer
Name
Danita Young   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W91236-18-R-0020

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W91236-18-R-0020

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W91236-18-R-0020

Contract Awards

Prime contracts awarded through Synopsis Solicitation W91236-18-R-0020

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W91236-18-R-0020

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W91236-18-R-0020

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST NORFOLK
FPDS Organization Code
2100-W91236
Source Organization Code
100221786
Last Updated
March 16, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 16, 2020