Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:W15QKN-22-Q-JAZ3
THIS REQUIREMENT IS SOLICITED AS A 100% SERVICE-DISABLED VETERAN-OWNED SET ASIDE 1. The purpose of this solicitation is to procure annual inspection and maintenance service for portable fire extinguis...
THIS REQUIREMENT IS SOLICITED AS A 100% SERVICE-DISABLED VETERAN-OWNED SET ASIDE 1. The purpose of this solicitation is to procure annual inspection and maintenance service for portable fire extinguishers located in multiple Army mission buildings located at JB MDL, NJ in support of the US Army Support Activity (ASA). The contractor shall furnish all labor, materials, and transportation necessary to accomplish the work as specified within the Performance Work Statement (PWS). Services shall include, but not be limited to, replacing broken seals, replacing pull pins, updating service tags, hydro-test gas cylinder and replacement of valve assembly, new O-ring and recharge. This contract is mission essential for continuing safety of fire extinguishers located in Army mission buildings. All work shall be performed be a licensed fire extinguisher servicing agency and in strict accordance with National Fire Protection Association (NFPA) 10. 2. The Government intends to award a single, firm-fixed-price (FFP) contract. The expected period of performance is one 12-month base period and four 12-month option periods. 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 Items" and FAR 52.212-1, Addendum for additional information. 5. See FAR clause 52.212-2, “Evaluation -- Commercial Items” and FAR 52.212-2, Addendum for additional information and for evaluation criteria. 6. A Site Visit is available upon request, all requests shall be submitted via email to the customer’s point of contact; Barbara Folk at Barbara.A.Folk.civ@army.mil, the Contract Specialist; Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil and Contracting Officer; Julie Cameron at Julie.A.Cameron.civ@army.mil no later than 2:00PM EST on TUESDAY, 9 AUGUST 2022 for a tentative Site Visit date of WEDNESDAY, 10 AUGUST 2022. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 7. All questions regarding this solicitation shall be submitted via email no later than 10:00AM EST on THURSDAY, 11 AUGUST 2022 to the customer’s point of contact; Barbara Folk at Barbara.A.Folk.civ@army.mil, the Contract Specialist; Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil and Contracting Officer; Julie Cameron at Julie.A.Cameron.civ@army.mil. 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 closed. 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: Jasmyne Peterson, Contract Specialist at Jasmyne.C.Peterson.civ@army.mil and Julie Cameron, Contracting Officer at Julia.A.Cameron.civ@army.mil. 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. c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) for the base period and option periods on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status. d. The Offerors 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. 9. All services shall be performed in accordance with the Performance Work Statement (PWS). 10. All offers shall remain valid for 120 calendar days. _____AMENDMENT 0001_____ The purpose of Amendment 0001 to Solicitatoin Number W15QKN-22-Q-JAZ3 is to extend the repsonse time for submission of bids. _____AMENDMENT 0002_____ The purpose of Amendment 0002 to Solicitatoin Number W15QKN-22-Q-JAZ3 is to answer questions recieved from vendors during the bidding period. A signed copy of all Amendments under this solicitation shall be submitted with the bid package. Failure to submit signed copies of amendments may be cause to consider the vendor's bid un-responsive and ineligible for award.