Massachusetts Bids > Bid Detail

Forklift Preventative Maintenance and Repairs

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159257095288923
Posted Date: Mar 20, 2023
Due Date: Mar 21, 2023
Solicitation No: W912SV23A0001
Source: https://sam.gov/opp/af92938249...
Follow
Forklift Preventative Maintenance and Repairs
Active
Contract Opportunity
Notice ID
W912SV23A0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NE USPFO ACTIVITY MA ARNG
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 20, 2023 02:29 pm EDT
  • Original Published Date: Feb 01, 2023 07:48 pm EST
  • Updated Date Offers Due: Mar 21, 2023 05:00 pm EDT
  • Original Date Offers Due: Feb 15, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 05, 2023
  • Original Inactive Date: Mar 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Updated Set Aside:
  • Product Service Code: J039 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    MA
    USA
Description

USPFO FORKLIFT SERVICE AND REPAIRS





GENERAL INFORMATION



The Massachusetts Army National Guard has a requirement to issue multiple Blanket Purchase Agreements (BPAs) to provide Preventative Maintenance (PM) & Unscheduled Repair Service (RS) of 21 Forklift Material Handling Equipment (MHE).





This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is solicited as full and open competition IAW FAR 6.301.





W912SV23A0001 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06, effective 26 May 2022. The following commercial services are requested in this solicitation:





DESCRIPTION OF ACQUISITION:





CLIN 0001 - Preventative Maintenance (PM): PM will be performed IAW this PWS and solicitation/contract attachments, and the OEM Preventive Maintenance Table/OEM Maintenance Manual. Periodicity will be per usage hours identified in the OEM manual and at least one (1) PM annually. The contractor shall provide a repair summary, cost estimate and completion estimate IAW the below delivery schedule for any unscheduled repairs discovered during the PM. Repairs that require longer than one (1) day shall be quoted to include transportation to and from the contractor’s facility.





CLIN 0002 - Inspections: Upon issuance of a task order, contractor shall perform a technical inspection of identified forklift(s) within 48 hours of issuance of task order. Each inspection shall be up to four (4) hours and shall include travel to and from MAARNG SMMO or USPFO site. Inspections can also include on-site troubleshooting and minor repairs that require no additional parts/materials. Upon completion of inspection, the contractor shall provide an inspection report with recommended repairs and an associated cost estimate quote within 24 hours as shown in the deliverables schedule section of the PWS. Repairs that require longer than one (1) day shall be quoted to include transportation to and from the contractor’s facility. All replacement parts shall be prescribed from the original manufacturer’s manuals. If replacement parts fail by no fault of the contractor, a modification will be issued to the repair task order. If a replacement part fails by the contractor’s error, repair will be done at no cost to the Government.





CLIN 0003 - Unscheduled Repairs: Contractor shall perform repairs identified during PM or during an inspection IAW CLIN 0002 of the contracts. Repairs will be separately negotiated and funded via a separate task order and are subject to the requirements of Government Furnished Property (GFP) if forklifts require repair at the contractor’s facility. The Contractor shall provide transportation of forklifts as required to perform repairs. If service/repair cannot be completed in one day, the contractor shall transport forklift to contractor’s repair facility to perform the work unless the Government agrees to onsite repair.





SCHEDULE OF SERVICES:



Period of Performance (PoP): The Period of Performance shall be one Base Year of 12 months and four (4) 12-month option years.





Machine Locations: See Attachment 5 for specific makes/models per location




  1. Devens, MA

  2. JBCC, Buzzards Bay, MA

  3. Hanscom AFB

  4. Brockton, MA

  5. Dorchester, MA

  6. Westfield, MA

  7. Worcester, MA

  8. Reading, MA

  9. Framingham, MA





BASIS FOR AWARD:



This solicitation will result in multiple blanket purchase agreements (BPAs) for preventative maintenance and emergency repairs.





Basis of award is best value. BPA(s) will be awarded based on the best value to the government.





In accordance with FAR 52.212-2(a) The Government will award contracts resulting from this solicitation to responsible offerors whose offers conform to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:





Evaluation Factor 1: Commercial Price Lists (Attachment 5)



Evaluation Factor 2: Technical Capability - Professional Forklift Maintenance Certifications



Evaluation Factor 3: Response Time to Emergency Repairs





BPA calls shall be evaluated and awarded to the most qualified and responsive offerors that demonstrate availability to perform the requested maintenance services. Location of the forklifts and proximity of the contractor to the Army facilities shall be assessed for the resulting BPA calls.





PROPOSAL TERMS AND CONDITIONS:





Interested offerors shall review the attached documents containing all applicable provisions and clauses, so they are familiar with all terms and conditions of this solicitation. Offerors are required to complete and submit Attachment 5 – Forklift BPA Pricing Table.





Interested offerors located outside of Massachusetts must describe how they plan to perform service in the areas of operation.





All offerors must be registered in the System for Award Management (SAM) database at www.sam.gov to be considered for award. All quotes must be sent to the USPFO-MA Contracting Office; e-mail Jeffrey.l.bernard6.civ@army.mil; Quotes are required to be received not later than 20 March 2023 at 3:00PM EST.





Provisions and clauses for commercial services apply to this solicitation and resultant awards.





Proposal Size Limitations: Offerors must complete Attachment 5 – Forklift Pricing Table. Technical volume limited to six (6) pages.





Attachments:




  1. Performance Work Statement – Forklift PM/ER

  2. Quality Assurance Surveillance Plan (QASP)

  3. Provisions and Clauses

  4. SCA Wage Determination

  5. Forklift BPA Pricing Table


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO FOR MAARNG DO NOT DELETE 87 BARNUM RD
  • DEVENS , MA 01434-3505
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >