To place a bid or register go to Unison Marketplace

View Details for Buy # 1098510_02

General Buy Information

Buy #: 1098510_02  
Solicitation #: W911QY22Q0005
Buy Description: OPTION - Army Family Housing Maintenance
Category: M -- Operation of Government-Owned Facility
Sub Category: M1FA -- Operation of Family Housing Facilities
NAICS: 561210 -- Facilities Support Services
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: ACC - APG Natick SPS
End Date: 05/16/2022
End Time: 15:00 ET
Seller Question Deadline: 5/12/2022 - 15:00 ET
Delivery: Period of Performance - See below
Repost Reason: Update PWS Annex A document to reflect the correct POP dates and add Wage Determination Rates
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s) Base

Base Period of Performance: 06/01/2022 - 05/31/2023
Item No Description Qty Unit
001 AFH Maintenance - The contractor shall develop and implement a comprehensive maintenance, preventive maintenance (PM), and minor repair program and perform all services listed in paragraph 2 of the Performance Work Statement, Annex I. 1 JOB
002 CDRLs - The contractor shall furnish all deliverables in accordance with the Contract Data Requirements List (DD 1423) Exhibits A-C, CDRLs A001, B001 and C001. These deliverables are not separately priced and are incidental to the tasks identified in the PWS. The cost of these reports are covered in the CLINs. 1 JOB

Line Item(s) Option 1

Option 1 Period of Performance: 06/01/2023 - 05/31/2024
Item No Description Qty Unit
001 AFH Maintenance - The contractor shall develop and implement a comprehensive maintenance, preventive maintenance (PM), and minor repair program and perform all services listed in paragraph 2 of the Performance Work Statement, Annex I. 1 JOB
002 CDRLs - The contractor shall furnish all deliverables in accordance with the Contract Data Requirements List (DD 1423) Exhibits A-C, CDRLs A001, B001 and C001. These deliverables are not separately priced and are incidental to the tasks identified in the PWS. The cost of these reports are covered in the CLINs. 1 JOB

Line Item(s) Option 2

Option 2 Period of Performance: 06/01/2024 - 05/31/2025
Item No Description Qty Unit
001 AFH Maintenance - The contractor shall develop and implement a comprehensive maintenance, preventive maintenance (PM), and minor repair program and perform all services listed in paragraph 2 of the Performance Work Statement, Annex I. 1 JOB
002 CDRLs - The contractor shall furnish all deliverables in accordance with the Contract Data Requirements List (DD 1423) Exhibits A-C, CDRLs A001, B001 and C001. These deliverables are not separately priced and are incidental to the tasks identified in the PWS. The cost of these reports are covered in the CLINs. 1 JOB

Line Item(s) Option 3

Option 3 Period of Performance: 06/01/2025 - 05/31/2026
Item No Description Qty Unit
001 AFH Maintenance - The contractor shall develop and implement a comprehensive maintenance, preventive maintenance (PM), and minor repair program and perform all services listed in paragraph 2 of the Performance Work Statement, Annex I. 1 JOB
002 CDRLs - The contractor shall furnish all deliverables in accordance with the Contract Data Requirements List (DD 1423) Exhibits A-C, CDRLs A001, B001 and C001. These deliverables are not separately priced and are incidental to the tasks identified in the PWS. The cost of these reports are covered in the CLINs. 1 JOB

Line Item(s) Option 4

Option 4 Period of Performance: 06/01/2026 - 05/31/2027
Item No Description Qty Unit
001 AFH Maintenance - The contractor shall develop and implement a comprehensive maintenance, preventive maintenance (PM), and minor repair program and perform all services listed in paragraph 2 of the Performance Work Statement, Annex I. 1 JOB
002 CDRLs - The contractor shall furnish all deliverables in accordance with the Contract Data Requirements List (DD 1423) Exhibits A-C, CDRLs A001, B001 and C001. These deliverables are not separately priced and are incidental to the tasks identified in the PWS. The cost of these reports are covered in the CLINs. 1 JOB

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
Base:06/01/2022 - 05/31/2023
Option 1:06/01/2023 - 05/31/2024
Option 2:06/01/2024 - 05/31/2025
Option 3:06/01/2025 - 05/31/2026
Option 4:06/01/2026 - 05/31/2027

Buy Terms

Name Description
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Offer Period Bid MUST be good for 60 calendar days after close of Buy.
Shipping Condition Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
SAM Requirement This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.
ORCA INFORMATION EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company.
Shipping Requirement No partial shipments are permitted unless specifically authorized at the time of award.
Commercial Items Terms and Conditions 1 The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34.
Commercial Items Terms and Conditions 2 The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
Commercial Items Terms and Conditions 3 FAR 52.204-7 , 52.204-10, 52.204-13, Items Terms 52.204-19, 52.204-24, 52.204-25, 52.209-6, 52.209-10, 52.217-8, 52.217-9, 52.219-14, 52.222-3, 52.222-19, 52.222-41, 52.223-15, 52.223-16, 52.225-3, 52.225-13, 52.232-8, 52.232-39, 52.232-40, 52.233-4 and Conditions AND DFARS 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7000,252.204-7002, 252.204-7003, 252.204-7004, 252.204-7006 , 252.204-7012, 252.204-7015, 252.204-7016, 252.204-7017, 252.204-7018, 252.204-7019, 252.204-7020, 252.211-3, 7003, 252.225-7001 , 252.225-7002, 252.225-7012, 252.225-7048 252.232-7003, 252.232-7010, 252.243-7001, 252.244-7000, 252.246-7000, and 252.247-7023

Shipping Information

City State   Zip Code
Natick MA   01760

Seller Attachment(s): Required

In addition to providing pricing through the Unison marketplace, sellers MUST include a proposal supporting the requirements listed in the "Buy Attachments titled "PWS Annex A", "PWS Annex I", "CDRL A001", "CDRL B001", "CDRL C001", and "W911QY-22-Q-0005". The attachment must include the following non-pricing information: Complete technical proposal that: includes specifications, demonstrates the offeror's technical capability, verifies manpower and resources necessary to complete the work in the context of the subject matter area. The offerors technical proposal should contain prior experience information that demonstrates a thorough understanding of the technical requirements in the context of the relevant past experience. Attachments must include a cover page with the following information, Company name, Company address, CAGE Code, UEI Number, Point of Contact, and contact information. Attachments must be submitted in Acrobat Adobe(.pdf) or Microsoft Word .doc/.docx.

Buy Attachment(s)

No. Document Name   Document Size
001 PWS_Annex_I_AFH_Maintenance_Service_and_Administration_Contract.pdf   450 KB
002 Site_Visit_Army_Family_Housing_Maintenance_10_May_2022.pdf   419 KB
003 CDRL_A001_QC_Plan.pdf   188 KB
004 CDRL_B001_Safety_Plan.pdf   188 KB
005 PWS_Annex_A_AFH_Maintenance_Service_and_Administration_Contract.pdf   10,224 KB
006 TE-02_Buildings_Grounds_and_Unit_Locations.pdf   4,965 KB
007 CDRL_C001_Damage.pdf   188 KB
008 TE-04_AFH_Utilities_List.pdf   649 KB
009 Wage_Determination.pdf   491 KB
010 W911QY22Q0005.pdf   697 KB