Massachusetts Bids > Bid Detail

Building Generator (300 kW) Installation

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159515719815942
Posted Date: May 5, 2023
Due Date: May 26, 2023
Solicitation No: W50S80-23-R-A001
Source: https://sam.gov/opp/d2eda80dc0...
Follow
Building Generator (300 kW) Installation
Active
Contract Opportunity
Notice ID
W50S80-23-R-A001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NE USPFO ACTIVITY MAANG 102
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: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 05, 2023 08:33 am EDT
  • Original Date Offers Due: May 26, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N099 - INSTALLATION OF EQUIPMENT- MISCELLANEOUS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Buzzards Bay , MA 02542
    USA
Description

INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFEROR(S)



1. SCOPE



1.1. You are invited to submit a quote in response to our Request for Quotation (RFQ) W50S80-23-R-A001,



Building 165 Generator at Otis Air National Guard Base, Massachusetts. As a result of this solicitation, the Government intends to award a single Firm Fixed Price (FFP) contract.



1.2. This solicitation is a 100% total small business set-aside in accordance with (IAW) Federal Acquisition Regulation (FAR) 19.502-2.



2. STATEMENT OF WORK



2.1. The Statement of Work (SOW) for this solicitation is incorporated as an attachment. Additional attachments are also included and referenced in the SOW.



3. SITE VISIT



3.1. IAW FAR 52.236-27—Site Visit (Construction), site visits may be arranged during normal duty hours by contacting:



102d Contracting Office / 102iw.msg.msc@us.af.mil / 508-968-4972



4. FORMAL COMMUNICATION, OFFEROR EXPLANATIONS, AND AMENDMENTS PRIOR TO



DATE SET FOR RECEIPT OF QUOTATION(S)



4.1. Submit all questions in the format shown below by email to the contracting office at the email address shown below. Do NOT contact A-E or Engineering personnel directly. Doing so will only delay your answer. All questions must come through the Contracting Office.



Subject Line: Reference No. Solicitation W50S80-23-R-A001



Email: 102IW.MSG.MSC@us.af.mil



INQUIRY FORMAT



Date of Inquiry: _______________



From: ______________________________ Company Name: ________________________________



Address: _____________________________________________________________________________



Phone Number: _____________________________ Fax Number: ______________________________



Email address: ________________________________________________________________________



Inquiry: (Please clearly state your question) (If sent via an attachment, word documents are preferred to facilitate posting of answers to the master Q&A document.)



4.2. Any explanation desired by offeror regarding the meaning or interpretation of the solicitation, or



quotations, drawings, specifications, etc. must be requested in writing and with sufficient time allowed for a reply to reach the offeror before the submission of their offer.



4.3. Any changes to the solicitation and SOW will be issued in the form of an amendment. However, any answers that clarify or provide an interpretation will NOT be posted via amendment but rather as a response to the RFI.



4.3.1. Receipt by the offeror must be acknowledged in the space provided on the SF 1442 or by returning a signed copy of the amendment by the time set for receipt of quotations. Explanations or instructions given in a form other than an amendment to the solicitation shall not be binding.



4.4. The right is reserved, as the interest of the Government may require, to revise or amend, the specifications or drawings or both prior to and/or after the date set for receipt of quotations as necessary. Such amendments, if any, will be announced by an amendment or amendments to this Request for Quotation. All information relating to this RFQ, including pertinent changes/amendments and information prior to the date set for receipt of proposals will be provided via e-mail.



5. WAGE DETERMINATION



5.1. Davis Bacon Wage Rates are applicable to this project. Current prevailing wage determination(s) at time of issuance of solicitation are MA20230001, current as of 14 April 2023.



5.2. Applicable wage rates be found at: www.SAM.gov. In the event the current prevailing Wage Determination is changed by the Department of Labor prior to the closing date of this solicitation, it is the offeror’s responsibility to insure the most recent determination is used in preparing the quotation. An Amendment will not be issued prior to closing to change Wage Determination dates and/or numbers. Should the wage rate change after closing, but prior to award, the updated Wage Determination will be incorporated by amendment and issued to all offerors. If applicable, offeror will be given a reasonable opportunity to provide revised proposals solely to amend proposals due to Wage Determination changes. If the wage determination modification does not change any affected wage rates, then the provisions of FAR 22.404- 5(c)(4) will apply.



6. QUOTATION SUBMISSION REQUIREMENTS:



6.1. Offeror shall provide all price/cost information necessary to provide a meaningful basis for Government's analysis and evaluation of price/cost for the project. Provide an introductory page to include CAGE Code, DUNS Number, Tax Identification Number (TIN), points of contact, authorized negotiators, contact phone, facsimile numbers, and email addresses.



6.2. Offer and Section 00010 – Complete in its entirety the “Offeror” portion of the Standard Form (SF) 1442. An official having the authority to contractually bind your company must sign the SF 1442 in accordance with FAR 4.102. One copy of the SF 1442 is required to have an original signature. Section 00010 – Insert the price/cost associated with the project in the line items. All line items (CLINs) must be priced.



6.3. Representations and Certifications- Section 00600 - insert the required certifications and representations and return only those shown in section 00600. Return the entire Section 00600 with your proposal. All other required representations and certifications are to be completed online in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/.



7. EVALUATION FACTORS / BASIS OF AWARD:



7.1. In accordance with (IAW) Federal Acquisition Regulation (FAR) 13.106-2, the Contracting Officer shall identify and consider all offers that are suitable to the user in terms of technical capability, past performance, and price. Technical capability and past performance may be based on one or more factors identified in FAR 13.106-2(b)(3)(ii). The Contracting Officer shall make the determination which offer represents the best value in terms of technical capability, past performance, and price. These evaluation factors apply to all line items identified in this solicitation.



7.2. The evaluation shall be conducted utilizing Simplified Acquisition Procedures. IAW FAR 13.106-2(b)(3), formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. The Contracting Officer intends to conduct comparative evaluations of offers. The Government also intends to evaluate responses and award without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.



7.3. The factors that shall be used to determine Best Value are technical capability, past performance, and price.



7.4. Non-price factors (technical capability and past performance), when combined, are significantly more important than price. As such, the Government may award to other than the lowest price. These factors are further described below:



7.4.1. Technical Capability shall be evaluated to ensure the contractor’s offers conforms to the Statement of Work and applicable attachments.



7.4.2. Price: The Government will evaluate the pricing proposed by the Offeror to ensure it meets the requirements of the purchase description, as well as for fairness and reasonableness based upon competitive offers, historical information, or other means as determined necessary.



7.4.3. Past Performance: The Government will evaluate past performance information available on the Contractor Performance Assessment Reporting System (CPARS).



7.5. Basis of Award: The Contracting Officer may only award a contract to a responsive, responsible Contractor whose offer conforms to the requirements of this solicitation and offers the best overall value to the Government. Any Contractor’s offer that merely agrees to perform work according to the terms of this solicitation or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non-responsive.



8. OFFER EXPENSES AND PRE-CONTRACT COSTS



8.1. This RFQ does not commit the Government to pay costs incurred in preparation and submission of initial and subsequent offers or for other costs incurred prior to award of a formal contract.



9. REMOVAL OF SECTIONS AT TIME OF AWARD



9.1. Sections 00100 and 00600 and all exhibits will be physically removed as a result of an award but will be deemed to be incorporated by reference in that award.



10. EXCEPTIONS



10.1. If the offeror takes exception to any of the requirements specified in this solicitation, the offeror shall clearly identify each such exception and include a complete explanation of why the exception was taken and what benefit accrues to the Government. All exceptions to the solicitation requirements (Sections 00010 through 00800) and supporting rationale shall be included in an addendum to the offer and clearly labeled "Exceptions". An addendum is only required if the offeror takes exception to any requirement in the solicitation. (The Addendum does not have a page limitation but shall only include information relevant to exceptions taken to the solicitation requirements.) The Government will assume an offeror takes no exceptions to any solicitation requirement if the offeror does not submit an Addendum identifying exceptions. Offeror is advised that solicitation requirements are not necessarily negotiable and such exceptions may render an offeror's submission unacceptable and ineligible for award.



11. CLAUSES



11.1. Clauses and provisions from the Federal Acquisition Regulation (FAR) and supplements thereto are incorporated in this document by reference and in full text. Those incorporated by reference have the same force and effect as if they were given in full text.



11.2. Clauses and provisions in this document may not appear in consecutive order.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DODAAC FOR MAANG DO NOT DELETE 158 REILLY ST RM 228 BOX 8
  • OTIS ANGB , MA 02542-1319
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 05, 2023 08:33 am EDTSolicitation (Original)

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 >