Massachusetts Bids > Bid Detail

W15QKN-23-Q-5121 Generator Repair and Maintenance, Fort Devens, MA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 34 - Metalworking Machinery
Opps ID: NBD00159657159720349
Posted Date: Aug 25, 2023
Due Date: Sep 8, 2023
Solicitation No: W15QKN-23-Q-5121
Source: https://sam.gov/opp/24bc939cfb...
Follow
W15QKN-23-Q-5121 Generator Repair and Maintenance, Fort Devens, MA
Active
Contract Opportunity
Notice ID
W15QKN-23-Q-5121
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-NJ
Office
W6QK ACC-PICA
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: Aug 25, 2023 01:43 pm EDT
  • Original Date Offers Due: Sep 08, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3410 - ELECTRICAL AND ULTRASONIC EROSION MACHINES
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Devens , MA 01434
    USA
Description

THIS REQURIEMENT IS SOLICITED AS A SMALL BUSINESS SET ASIDE



THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS



1. The Army Contracting Command – New Jersey (ACC-NJ) on behalf of the United States Army Garrison Fort Devens has a requirement to procure a Generator Maintenance and Repair Service. The scope of this requirement is for the contractor to provide maintenance and repair service to multiple generators at USAG Fort Devens in accordance with the Performance Work Statement.



2. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of a 6-month base period and a 12-month option period from date of contract award.



3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM go to https://www.SAM.gov



4. See Federal Acquisition Regulation (FAR) Clause 52.212-1, “Instructions to Offerors – Commercial Services” and FAR 52.212-1, Addendum for additional information.



5. See FAR Clause 52.212-2, “Evaluation – Commercial Services” and FAR 52.212-2, Addendum for additional information and evaluation criteria.



6. A Site Visit shall be available 1 September 2023 starting promptly at 10:00 am Eastern Standard Time (EST). This will be the only site visit to view the generators. Parties interested in a site visit shall visit Fort Devens Official Website (https://home.army.mil/devens/) and fill out a visitor pass request on the Visitor Information Page, no later than 10:00 AM EST on Thursday 31 August, 2023. Once a visitor pass request has been made send an email to the Site Visit POC: Paul Lavoie at paul.a.lavoie3.civ@army.mil, the Contract Specialist: Ryan Nicklous at ryan.p.nicklous.civ@army.mil and the Contracting Officer: Julie A.Cameron at julie.a.cameron.civ@army.mil. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Meeting location for the site visit is 64 Quebec Street, the parking lot to the right once you enter the main gate. Anyone who is late to the Site Visit shall lose their opportunity for a site visit. No other site visit will be scheduled. No questions will be responded to at the site visit.



7. All questions regarding this solicitation and the site visit shall be submitted via Email no later than 2:00 PM EST on Tuesday 5 September 2023 to the Contract Specialist: Ryan Nicklous at ryan.p.nicklous.civ@army.mil and the Contracting Officer: Julie A. Cameron at julie.a.cameron.civ@army.mil. Questions received after 5 September 2023 at 2:00 PM will not be responded to. The questions will be answered all at once and uploaded to the Contract Opportunities website at https://www.sam.gov posting after the question period has ended.



8. COMPLETING A QUOTE FOR SUBMITTAL



a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to Ryan Nicklous at ryan.p.nicklous.civ@army.mil and Julie A. Cameron at julie.a.cameron.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at https://www.sam.gov.



b. The Offeror shall provide the name, title, address, email address, and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation.



c. The Offeror shall submit a price for each FFP Contract Line-Item Number (CLIN) on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status.



d. The offeror shall submit a signed SF1449 (Pg. 1, Block 30a. Signature of Offeror/Contractor). The offeror is required to complete blocks 17, 30a, 30b, and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation.



e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.



f. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5 “Insurance – Work on a Government Installation” and “Required Insurance”.



g. The offeror is reminded it shall offer on any issued plans, drawings, and specifications as amended. Any deviations, conditions or attachments made by the offeror itself may render the offer non-responsive and may be cause for its rejection.



9. All services shall be performed in accordance with the Performance Work Statement (PWS)



10. All offers shall remain valid for 120 calendar days.



11. SAM Eunique ID#:__________________________



12. CAGE(commercial and government entity)code___________________



13. Federal Tax ID __________________



14. ****This project is small business set aside under NAICS 811310 with the business size standard of $12,500,000.00.



15. Multiple proposals will not be accepted.



16. The following are part of this solicitation: Attachment: Performance Work Statement (PWS) dated 22 June 2023


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 25, 2023 01:43 pm 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 >