Elevator Maintenance, Repair, and Service USACE Kansas City District
Combined Synopsis/Solicitation Blanket Purchase Agreement For Elevator Preventive Maintenance and Emergency Services W912DQ19T1012 This is a combined synopsis/solicitation for commercial items prepare... Combined Synopsis/Solicitation Blanket Purchase Agreement For Elevator Preventive Maintenance and Emergency Services W912DQ19T1012 This is a combined synopsis/solicitation for commercial items 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; price lists are being requested and a separate solicitation will not be issued. The Government reserves the right to cancel this combined synopsis/solicitation at any time. The following combined synopsis/solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2019-03 dated 12 July 2019. The U.S. Army Corps of Engineers, Kansas City District has a need for non-personal services to provide elevator preventive maintenance, certification, repair and inspection services for multiple elevators at operations project facilities located in Missouri and Kansas with the U.S. Army Corps of Engineers, Kansas City District (NWK). The Government shall not exercise any supervision or control over the Contractors performing the services herein. Such Contractors shall be accountable solely to the Contractor, who in turn is responsible to the Government. The Contractor shall provide all necessary management, labor, supervision, materials, equipment, parts, transportation, and any incidental services required to perform services as defined in the this Performance Work Statement (PWS). The period of performance for the Blanket Purchase Agreement (BPA) will be five (5) years from the date of award. The Kansas City District intends to award multiple BPAs from this combined synopsis/solicitation to the offerors that provide the best value to the government. Best value will be determined by evaluating price and, as applicable, technical. Specifically, the government will review the contractor's price list to determine whether it provides fair and reasonable pricing for the items submitted, and, as applicable, will review the technical information submitted to determine whether the materials offered satisfy the requirements identified in the performance work statement. The purpose of the BPAs is to provide an indefinite quantity of elevator services for eight (8) elevators at different locations. The Contractors shall furnish all labor, equipment and materials necessary to execute elevator inspections, maintenance, and repairs in accordance with the attached PWS and subsequent BPA Calls. The intent of the BPA is to provide the government with a cost-effective rapid response means to maintain the U.S. Army Corps of Engineers facilities. Inspections must be OSHA compliant. This combine synopsis solicitation shall be solicited as Full and Open Competition; the associated North American Industry Classification System (NAICS) code is 238290, Other Building Equipment Contractors and the business size standard is $15,000,000. As needed, these services will be acquired by placing calls against a BPA. The Contractor is responsible for supplying and delivering all services listed under each BPA to various lake projects operated by the Kansas City District. Table 1, Lake Project Offices Kannopolis Lake 105 Riverside Drive, Marquette, KS 67464 Wilson Lake 4860 Outlet Blvd., Sylvan Grove, KS 67481 Melvern Lake 31051 Melvern Lake Parkway, Melvern, Kansas 66510 Milford Lake 5203 North K-57, Junction City, Kansas 66441 Perry Lake 10419 Perry Park Drive, Perry, Kan. 66073 Stockton Power House 16435 E Stockton Lake Drive, Stockton, MO 65785-9416 Truman Lake 15968 Truman Road, Warsaw, MO 65355 Truman Power House 15968 Truman Road, Warsaw, MO 65355 The total ordering capacity under each BPA shall not exceed $250,000 and no call issued under any of the BPAs shall exceed $30,000. Each BPA shall be valid for a period of five (5) years or when the total dollar amount of all calls issued under the BPA reaches the agreement limit listed above, whichever comes first. The government will be obligated only to the extent of authorized purchases actually made under the BPA, not upon establishment of the BPA itself. Offerors submitting prices should refer to the Price List - Location spreadsheet attachment for a list of locations, elevator types, capacity etc. needed to support the requirement. Prices are to be listed in the format provided in the Price List -Location spreadsheet. Prices should be listed per unit requested (e.g. month, job, each, etc. Place of performance locations and fees will be negotiated at the placement of each call. If an offeror does not wish to provide a price for one or more of the services listed in the Price List -Location spreadsheet, the offeror should write "Not Available" in place of the price for that particular item. Prices submitted shall remain good through 31 December 2020. Subsequently, prices will be updated annually and remain good for a period of one year. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote. This provision is included in this combined synopsis/solicitation. If the offeror has up-to-date representations and certifications in the System for Award Management (www.SAM.gov) website, then this completed provision is not required to be submitted with the offeror's quote. The required commercial item clauses will be included in the BPA and apply only to orders issued under the BPA. 52.204-7 -- System for Award Management. As prescribed in 4.1105(a)(1), use the following provision: System for Award Management (Oct 2018) (a) Definitions. As used in this provision- "Electronic Funds Transfer (EFT) indicator" means a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the commercial, nonprofit, or Government entity to establish additional System for Award Management records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. "Registered in the System for Award Management (SAM)" means that- (1) The Offeror has entered all mandatory information, including the unique entity identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14), into the SAM; (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record "Active". "Unique entity identifier" means a number or other identifier used to identify a specific commercial, nonprofit, or Government entity. See www.sam.gov for the designated entity for establishing unique entity identifiers. (b) (1) An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM. (c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one. The Offeror should be prepared to provide the following information: (1) Company legal business name. (2) Tradestyle, doing business, or other name by which your entity is commonly recognized. (3) Company physical street address, city, state and Zip Code. (4) Company mailing address, city, state and Zip Code (if separate from physical). (5) Company telephone number. (6) Date the company was started. (7) Number of employees at your location. (8) Chief executive officer/key manager. (9) Line of business (industry). (10) Company Headquarters name and address (reporting relationship within your entity). (d) Processing time should be taken into consideration when registering. Offerors who are not registered in SAM should consider applying for registration immediately upon receipt of this solicitation. See https://www.sam.gov for information on registration. (End of Provision) Prices are to be submitted to Ms. Sheila Nimrod at sheila.d.nimrod@usace.army.mil by 10:00 A.M. Central Time Monday, August 28, 2019. No facsimile submittals will be accepted. VENDORS INTERESTED IN RESPONDING TO THIS RFQ MUST SUBMIT THEIR RESPONSE ON THE ATTACHED PRICE LIST- LOCATION spreadsheet. SUBMITTALS with quote: 1. Price List -Location spreadsheet with pricing for each location 2. Company's Published Price List Any questions regarding this synopsis/solicitation must be submitted by e-mail to the point of contact above. If you have questions about Government procurements in general or need assistance in the preparation of your quote, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org TERMS AND CONDITIONS OF BPA Per the Federal Acquisition Regulation (FAR) 13.303-3(a), the following terms and conditions are mandatory: 1. Description of Agreement: The supplier shall furnish all services if and when requested by the Contracting Officer (or the authorized representative of the Contracting Officer) during the specified performance period (detailed in the Delivery Information Section) and within the stipulated aggregate amount of $250,000 DOLLARS AND ZERO CENTS. 2. Extent of Obligation: The Government is obligated only to the extent of authorized purchases actually made under the BPA. 3. Purchase Limitation: The dollar limitation for each individual call under this BPA is $30,000 AND NO CENTS. 4. Individuals Authorized to Purchase Under the BPA: A list of individuals authorized to purchase under this BPA, identified either by title of position, by name of individual or organizational component, will be furnished to the supplier by the contracting officer. 5. Delivery Tickets: All shipments under this agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: a. Name of supplier. b. BPA and Call number. c. Date of purchase. d. Purchase number. e. Itemized list of services furnished. f. Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information). g. Date of delivery or performance. 6. Invoices: A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, indentifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets. Each invoice and/or invoice item (if more than one) will clearly state the BPA Call number given by the ordering officer at the time of the call. Attachments: 1. Price List- Locations spreadsheet, 2.Performance Work Statement (PWS), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »