To place a bid or register go to Unison Marketplace

View Details for Buy # 1058650_01

View Other Versions: 1058650 

General Buy Information

Buy #: 1058650_01  
Solicitation #: N0024421Q0090
Buy Description: OPTION - Engine Maintenance & Repair
Category: J -- Maintenance, Repair, and Rebuilding of Equipment
Sub Category: J028 -- MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS
NAICS: 811310 -- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: FLC - San Diego
End Date: 03/18/2021
End Time: 15:00 ET
Seller Question Deadline: 3/17/2021 - 17:00 ET
Delivery: Period of Performance - See below
Repost Reason: The purpose of this Amendment is to provide clarification in the PWS within the Solicitation Attachment and to supply supporting references, which are attached. Additionally, section 52.212-1 Addendum in the Solicitation Attachment has been modified to add that this is an "electronic ignition type" engine. The RFQ date and time has been extended. [Note: Disregard the Amendment number within the Solicitation Document. This is Amendment 1.] All other terms and conditions remain unchanged.
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: 04/01/2021 - 09/30/2021
Item No Description Qty Unit
001 MAINTENANCE AND REPAIR OF ENGINES: LABOR AND PARTS REQUIRED FOR E28 WISCONSIN ENGINE REBUILD IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT. LOA: 1711804 52FA 257 00520 056521 2D AOM4FS 24621RC016F1 OFFERORS SHALL FOLLOW INSTRUCTIONS IN ATTACHED SOLICITATION DOCUMENT. FAILURE TO DO SO MAY RESULT IN AN UNACCEPTABLE QUOTATION, WHICH WILL NOT BE CONSIDERED FOR AWARD. 6 EA

Line Item(s) Option 1

Option 1 Period of Performance: 10/01/2021 - 09/30/2022
Item No Description Qty Unit
001 MAINTENANCE AND REPAIR OF ENGINES: LABOR AND PARTS REQUIRED FOR E28 WISCONSIN ENGINE REBUILD IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT. OFFERORS SHALL FOLLOW INSTRUCTIONS IN ATTACHED SOLICITATION DOCUMENT. FAILURE TO DO SO MAY RESULT IN AN UNACCEPTABLE QUOTATION, WHICH WILL NOT BE CONSIDERED FOR AWARD. 9 EA

Line Item(s) Option 2

Option 2 Period of Performance: 10/01/2022 - 09/30/2023
Item No Description Qty Unit
001 MAINTENANCE AND REPAIR OF ENGINES: LABOR AND PARTS REQUIRED FOR E28 WISCONSIN ENGINE REBUILD IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT. OFFERORS SHALL FOLLOW INSTRUCTIONS IN ATTACHED SOLICITATION DOCUMENT. FAILURE TO DO SO MAY RESULT IN AN UNACCEPTABLE QUOTATION, WHICH WILL NOT BE CONSIDERED FOR AWARD. 9 EA

Line Item(s) Option 3

Option 3 Period of Performance: 10/01/2023 - 09/30/2024
Item No Description Qty Unit
001 MAINTENANCE AND REPAIR OF ENGINES: LABOR AND PARTS REQUIRED FOR E28 WISCONSIN ENGINE REBUILD IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT. OFFERORS SHALL FOLLOW INSTRUCTIONS IN ATTACHED SOLICITATION DOCUMENT. FAILURE TO DO SO MAY RESULT IN AN UNACCEPTABLE QUOTATION, WHICH WILL NOT BE CONSIDERED FOR AWARD. 9 EA

Line Item(s) Option 4

Option 4 Period of Performance: 10/01/2024 - 09/30/2025
Item No Description Qty Unit
001 MAINTENANCE AND REPAIR OF ENGINES: LABOR AND PARTS REQUIRED FOR E28 WISCONSIN ENGINE REBUILD IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT. OFFERORS SHALL FOLLOW INSTRUCTIONS IN ATTACHED SOLICITATION DOCUMENT. FAILURE TO DO SO MAY RESULT IN AN UNACCEPTABLE QUOTATION, WHICH WILL NOT BE CONSIDERED FOR AWARD. 9 EA

Bidding Requirements

Instructions
In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: OFFERORS SHALL FOLLOW INSTRUCTIONS IN ATTACHED SOLICITATION DOCUMENT AND SOLICITATION AMENDMENT 1. FAILURE TO DO SO MAY RESULT IN AN UNACCEPTABLE QUOTATION, WHICH WILL NOT BE CONSIDERED FOR AWARD.
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, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
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.
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
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.)
Base04/01/2021 - 09/30/2021
Option 110/01/2021 - 09/30/2022
Option 210/01/2022 - 09/30/2023
Option 310/01/2023 - 09/30/2024
Option 410/01/2024 - 09/30/2025

Buy Terms

Name Description
Miscellaneous This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm
NAICS The NAICS code is 811310 and the Small Business Standard is $8M.
FOB Destination FAR 52.247-34, F.o.b. Destination applies
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial bids allowed No partial bids are permitted.
Offer Period Bid MUST be good for 30 calendar days after close of Buy.
FAR Site The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/
52.204-10 52.204-10 Reporting Subcontract Awards.
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012)
52.212-2 52.212-2 Evaluation - Commercial Items.
52.212-5 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.
52.219-28 52.219-28 Post-Award Small Business Program Rerepresentation.
52.222-3 52.222-3 Convict Labor
52.222-19 52.222-19 Child Labor--Cooperation with Authorities and Remedies
52.222-21 52.222-21 Prohibition of Segregated Facilities
52.222-26 52.222-26 Equal Opportunity
52.222-35 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 52.222-36 Affirmative Action for Workers w/ Disabilities
52.222-37 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.
52.223-18 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)
52.225-13 52.225-13 Restrictions on Certain Foreign Purchases.
52.232-18 52.232-18 Availability of Funds
252.211-7003 252.211-7003 Item Identification & Valuation (AUG 2008)
252.212-7001 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)
252.232-7003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
252.247-7023 252.247-7023 Transportation of Supplies by Sea (MAY 2002)
252.247-7023 (iv) Alt III 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.
252.225-7000, 252.232-7010, 5252.NS-046P, 52.212-4, 52.212-1, 52.252 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.
5252.NS-043C Fleet Fast Pay
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
DFARS Clause 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)
DFAR Clause 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)
252.204-7003 Control of Government Personnel Work Product (April 1992)
DFARS Clause 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)
252.225-7001 Buy American Act & Balance of Payments (Oct 2011)
Evaluation Criteria/Basis of Award Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the attached solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.
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.
252.246-7003 Safety Issue
52.212-4 Contract Terms and Conditions -- Commercial Items (DEC 2014)
52.222-29 Notification of Visa Denial (APR 2015)
52.233-1 Disputes (MAY 2014)
52.247-34 F.O.B. Destination (NOV 1991)
252.204-7004 Alt A System for Award Management Alternate A (FEB 2014)
252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)
252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012)
252.232-7010 Levies on Contract Payments (DEC 2006)
252.243-7001 Pricing of Contract Modifications (DEC 1991)
252.201-7000 COR Requirement
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.252-6 Authorized Deviations in Clauses (APR 1984)
252.232.7006 Wide Area Workflow Payment Instructions (MAY 2013)
52.217-8 Option to Extend Services.
52.217-9 Option to Extend the Term of the Contract.
52.219-6 Notice of Total Small Business Set-Aside.
52.204-7 System for Award Management (JUL 2013)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
52.212-1 Instructions to Quoters—Commercial Items
52.232-1 -- Payments The Government shall pay the Contractor, upon the submission of proper invoices or vouchers, the prices stipulated in this contract for supplies delivered and accepted or services rendered and accepted, less any deductions provided in this contract. Unless otherwise specified in this contract, payment shall be made on partial deliveries accepted by the Government if -- (a) The amount due on the deliveries warrants it; or (b) The Contractor requests it and the amount due on the deliveries is at least $1,000 or 50 percent of the total contract price.

Shipping Information

City State   Zip Code
See Place of Performance

Seller Attachment(s): Required

The attachment(s) must include the following non-pricing information: OFFERORS SHALL FOLLOW INSTRUCTIONS IN ATTACHED SOLICITATION DOCUMENT AND SOLICITATION AMENDMENT 1. FAILURE TO DO SO MAY RESULT IN AN UNACCEPTABLE QUOTATION, WHICH WILL NOT BE CONSIDERED FOR AWARD.

Buy Attachment(s)

No. Document Name   Document Size
001 SOLICITATION.pdf   982 KB
002 SOLICITATION_AMENDMENT_1.pdf   448 KB
003 Engine_Photo_2.jpg   228 KB
004 Engine_Photo_1.jpg   237 KB
005 Engine_Photo_3.jpg   232 KB
006 Wisconsin_Models_V465D_V460D_V461D_Repair_Manual.pdf   2,035 KB
007 NAVAIR_51-5-31_Section_X_Overhaul_Instructions.pdf   5,684 KB
008 Wisconsin_V456_Manufacturers_Parts_Breakdown.pdf   1,453 KB
009 Wisconsin_Motors_Canada_Quick_Reference_Specifications.docx   15 KB