The RFP Database
New business relationships start here

Controlled Humidity Program Preventative Maintenance


Iowa, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.  This solicitation, W912LP-19-Q-4003, 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) 2019-02, effective 05 Jun 2019.  This procurement is Unrestricted.  The NAICS code is 238220 and the small business size standard is $15.0 million. Basis for award is Price. The following commercial services are requested in this solicitation:

Contractor shall provide Preventative Maintenance (PM) Service on 22 Iowa Army National Guard Controlled Humidity Program (CHP) systems. PM Service for CHP systems shall include CHP air dehumidification units (ADUs), controls, sensors, and safety devices, as defined in the Performance Work Statement (PWS). Estimated Period of Performance: The Period of Performance shall be one (1) 12-month Base Period and one (1) 12-month option period. Contract line item numbers (CLINs) and quantities are as follows:






CLIN




Description




U/I




QTY




Unit Price




Extended Price






0001


Base Period (BP)




Maintenance Program for 22 CHP units as described in PWS paragraphs 5.2 - 5.2.7 (billed quarterly).




JOB




4




$




$






0002


BP




System Remote Monitoring and Reporting, as described in PWS paragraphs 5.3 - 5.3.4 (billed monthly)




MO




12




$




$






0003


BP




Annual and Periodic Training, as described in PWS paragraph 5.4 (billed annually)




JOB




1




$




$






0004


BP




Reporting, as described in PWS paragraph 5.5 - 5.5.3 (billed monthly)




MO




12




$




$






0005


BP




Contractor Manpower Reporting (CMR), as described in PWS paragraph 5.6 - 5.6.2 (billed annually)




JOB




1




$




$






Base Period Sub-Total




$






Option Period 1






1001


Option Period 1 (OP1)




Maintenance Program for 22 CHP units as described in PWS paragraphs 5.2 - 5.2.7 (billed quarterly).




JOB




4




$




$






1002


OP1




System Remote Monitoring and Reporting, as described in PWS paragraphs 5.3 - 5.3.4 (billed monthly)




MO




12




$




$






1003


OP1




Annual and Periodic Training, as described in PWS paragraph 5.4 (billed annually)




JOB




1




$




$






1004


OP1




Reporting, as described in PWS paragraph 5.5 - 5.5.3 (billed monthly)




MO




12




$




$






1005


OP1




Contractor Manpower Reporting (CMR), as described in PWS paragraph 5.6 - 5.6.2 (billed annually)




JOB




1




$




$






Option Period 1 Sub-Total




$






GRAND TOTAL




$






NOTE: Contractor may price CMR or indicate "no charge" or "not separately priced."


Proposed prices shall be firm fixed price (FFP) and inclusive of all labor, tools, parts, materials, travel, and associated services required to provide the preventative maintenance as described within the PWS.


The following provisions are incorporated into this solicitation by reference:


FAR 52.212-1 (DEV), Instructions to Offerors - Commercial Items


DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls


DFARS 252.215-7008, Only One Offer


 


The following clauses are incorporated into this solicitation by reference:


FAR 52.203-3, Gratuities


FAR 52.212-4, Contract Terms and Conditions - Commercial Items


FAR 52.219-4 (DEV), Notice of Price Evaluation Preference for HUBZone Small Business concerns (DEVIATION 2019-O0003)


FAR 52.223-3, Hazardous Material Identification and Material Safety Data


FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors


DFARS 252.201-7000, Contracting Officer's Representative


DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials


DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights


DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting


DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support


DFARS 252.215-7008, Only One Offer


DFARS 252.223-7008, Prohibition of Hexavalent Chromium


DFARS 252.225-7048, Export Controlled Items


DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports


DFARS 252.232-7010, Levies on Contract Payments


DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel


DFARS 252.244-7000, Subcontracts for Commercial Items


DFARS 252.247-7023, Transportation of Supplies by Sea


The following provisions are incorporated by full text.  The full text is found in Attachment #2. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov.


FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I


DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials


The following clauses are incorporated by full text.  The full text is found in Attachment #2.


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items


FAR 52.217-9, Option to Extend the Term of the Contract


FAR 52.232-19, Availability of Funds for the Next Fiscal Year


DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions


Service Contract Labor Standards (formerly Service Contract Act) applies to this acquisition. See Attachment #3 for wage determinations.


Submission Requirements: The contractor shall provide a proposal on company letterhead, and must include the following information with their quote: 1) Company Name, address and telephone number; 2) Point of Contact (POC) name, telephone number and email address; 3) pricing for the CLINs identified above; and 4) documentation that any personnel performing under a contract are fully trained, licensed, certified and qualified to provide services on the brands/models of equipment listed in PWS TE #2.


Questions regarding this solicitation may be submitted to Mrs. Megan Kaszinski, Contract Specialist to the email addresses provided below. Questions shall be submitted no later than 11:00 a.m. local (central) time on 3 September 2019. Questions and Answers (Q&A) will be consolidated and posted to FedBizOpps on a non-attribution basis. The final Q&A will be posted no later than 3:00 p.m. on 5 September 2019.


Proposals are due by 11:00 a.m. local (central) time on 12 September 2019. Electronic proposals are preferred, and may be submitted via email to Mrs. Megan Kaszinski, megan.r.kaszinski.mil@mail.mil. Hard copy proposals may be mailed to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Mrs. Megan Kaszinski, 7105 NW 70th Avenue, Bldg. 3475, Johnston, Iowa, 50131-1824, using a trackable delivery method. Facsimile proposals will not be accepted.  Regardless of how proposals are sent, the contractor is responsible for ensuring that they are received in the USPFO P&C Office by the due date/time.  


Attachments:


#1 - Performance Work Statement (PWS)


#2 - Full Text Provisions and Clauses


#3 - Wage Determination


Megan Kaszinski, Contract Specialist, Phone 5152524498, Email megan.r.kaszinski.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP