The RFP Database
New business relationships start here

Preventative Maintenance and Repair Services for DODEA Schools in West Point, New York.


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

This solicitation contemplates the award of a firm-fixed price 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) for the six (6) month base period and each of the four successive twelve month option periods for DoDEA facilities at West Point, New York. The award of this base period to the successful offeror, or the exercise of a successive option, shall also provide the Government an indefinite delivery/indefinite quantity (IDIQ) ordering period of the same length for additional services as defined in the PWS. This contract will be governed by Service Wage Rates and Davis-Bacon Act wage rates as discussed more fully in the instructions for the Price Proposal in Section L & M of this solicitation. Offerors will be evaluated in accordance with Sections L & M of this solicitation.
 
A.1 Contract Titles: Preventative and Demand Maintenance for Department of Defense Education Activity Facilities at West Point, New York.

A.2 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.3 Type of Contract: As noted above, the solicitation contemplates the award of a firm-fixed price 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) for the six (6) month base period and each of the 4 (four) successive twelve month option periods. The award of the base period to the successful offeror, or the exercise of a successive option, shall also provide the Government an indefinite delivery/indefinite quantity (IDIQ) ordering period of the same length for additional services as defined in the PWS.

A.4 Minimum Guarantee: The minimum guarantee will be the exercise price of the base year of the Preventive Maintenance CLIN at the award of contract.

A.5 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. PLEASE SEE SECTION C.

A.6 Set-Aside: Competitive Procurement, 100% Set Aside for Small Business Concerns.
 
A.7 NAICS Code: The NAICS Code assigned to this procurement is 238220 with a small business size standard of $15,000,000.00.

A.8 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.9 Bid Guarantee/Bonding Requirements: NOT REQUIRED for this procurement.

A.10 Contract Term: This contract contains provisions for a six (6) month Base Period with four (4) Option Years.

A.11 Period of Performance: The period of performance will be determined at the time of award.

A.12 Bidder Inquiry: All questions and/or comments should be submitted no later than 10 calendar days priors to the proposal due date, in order that they may be given consideration or actions taken prior to receipt of offers.

A.12-1 Inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder     Inquiry in ProjNet at http://www.projnet.org/projnet .

A.12-2 To submit and review bid inquiry items, bidders will need to be current register into the system.     To self-register go to 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.12-3 From this page you may view all bidder inquiries or add inquiry.

A.12-4 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.12-5 The Solicitation Number is: W91236-17-R-0012

A.12-6 The Bidder Inquiry Key is : 4MFQ98-HRG6QI

A.12-7 The Bidder Inquiry System will be unavailable for new inquires 10 days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary.

A.12-8 Offerors are requested to review the specification in its entirety, review the Bidder Inquiry     System     for answers to questions prior to submission of a new inquiry.
A.12-9 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.12-10 Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals.

A.13 Site Visit: The Site Visit will be 18 April 2017. SEE ATTACHMENT

A.14 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.15 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.16 BASIC OF AWARD
The requirement uses Lowest Price Technically Acceptable selection procedures, where price and non-price factors are considered. Refer to Section M, "Evaluation of Factors for Award".


A.17 INCURRING COSTS
The Government is not liable for any cost incurred by the offeror submitting an offer in response to this solicitation.


A.18 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.19 UNBALANCED BIDS
Any offer which is materially unbalanced as to prices for the Base Items and the Optional Items may 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.20 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 as defined in the Designation of Authority letter. A copy of the Designation of Authority letter will be furnished to the contractor at time of contract award.


A.21 INSTUCTIONS FOR SUBMITTING PRICES
The attached DODEA Schools at West Point pricing sheet contains serveral Exhibit Line Item Numbers (ELIN) that correspond with the Section B of the solicitation. When submitting prices, the contractor must complete and return the DODEA Schools at West Point pricing sheet provided as an attachment to this solicitation. This form shall also be used to derive at the prices for each CLIN in Section B of the solicitation.


 


Ramone A. Pierce, Contract Specialist , Phone 7572017883, Email ramone.a.pierce@usace.army.mil - Joy M. Wright, Contracting Officer, Phone 7572017145, Email joy.m.wright@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP