View Other Versions: 1085867 1085867_01
General Buy Information
Buy #: | 1085867_02 | |
---|---|---|
Solicitation #: | PANMC-21-Q-2008 | |
Buy Description: | OPTION - Swimming Pool Maintenance & Repair | |
Category: | Z1 -- Maintenance of Structures and Facilities | |
Sub Category: | Z1FA -- Maintenance of Family Housing Facilities | |
NAICS: | 561790 -- Other Services to Buildings and Dwellings | |
SAM Contract Opportunity: | Yes | |
Set-Aside Requirement: | Small Business | |
Buyer: | MICC Joint Base Lewis McChord | |
End Date: | 11/09/2021 | |
End Time: | 14:00 ET | |
Seller Question Deadline: | 11/4/2021 - 11:00 ET | |
Delivery: | Period of Performance - See below | |
Repost Reason: |
Change unit from 12 to 1.
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: | 12/01/2021 - 11/30/2022 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Base Year: PREVENTIVE MAINTENANCE & REPAIR J00736 MCCHORD w/ wading pool See PWS POP POP 01-DEC-2021 TO 30 NOV 2022 | 1 | JOB |
002 | PREVENTIVE M&R 2161 KIMBRO w/ wading pool See PWS POP POP 01-DEC-2021 TO 30 NOV 2022 | 1 | JOB |
003 | PREVENTIVE MAINTENANCE & REPAIR 3236 SOLDIER FIELD HOUSE See PWS POP POP 01-DEC-2021 TO 30 NOV 2022 | 1 | JOB |
004 | PREVENTIVE MAINTENANCE & REPAIR 9993 KEELER See PWS POP POP 01-DEC-2021 TO 30 NOV 2022 | 1 | JOB |
005 | Over and above The Government established maximum for line item is NOT TO EXCEED (NTE) $10,000.00 per year. Seller shall provide the relevant Labor Category for this work and appropriate fully burdened hourly rate in the line item of the quote. No Unit Price should be quoted elsewhere for this line item. POP 01-DEC-2021 TO 30 NOV 2022 | 0 | JOB |
Line Item(s) Option 1
Option 1 Period of Performance: | 12/01/2022 - 11/30/2023 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Option Year 1: PREVENTIVE MAINTENANCE & REPAIR J00736 MCCHORD w/ wading pool See PWS POP POP 01-DEC-2022 TO 30-NOV-2023 | 1 | JOB |
002 | PREVENTIVE M&R 2161 KIMBRO w/ wading pool See PWS POP POP 01-DEC-2022 TO 30-NOV-2023 | 1 | JOB |
003 | PREVENTIVE MAINTENANCE & REPAIR 3236 SOLDIER FIELD HOUSE See PWS POP POP 01-DEC-2022 TO 30-NOV-2023 | 1 | JOB |
004 | PREVENTIVE MAINTENANCE & REPAIR 9993 KEELER See PWS POP POP 01-DEC-2022 TO 30-NOV-2023 | 1 | JOB |
005 | Over and above The Government established maximum for line item is NOT TO EXCEED (NTE) $10,000.00 per year. Seller shall provide the relevant Labor Category for this work and appropriate fully burdened hourly rate in the line item of the quote. No Unit Price should be quoted elsewhere for this line item. POP POP 01-DEC-2022 TO 30-NOV-2023 | 0 | JOB |
Line Item(s) Option 2
Option 2 Period of Performance: | 12/01/2023 - 11/30/2024 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Option Year 2: PREVENTIVE MAINTENANCE & REPAIR J00736 MCCHORD w/ wading pool See PWS POP POP 01-DEC-2023 TO 30-NOV-2024 | 1 | JOB |
002 | PREVENTIVE M&R 2161 KIMBRO w/ wading pool See PWS POP POP 01-DEC-2023 TO 30-NOV-2024 | 1 | JOB |
003 | PREVENTIVE MAINTENANCE & REPAIR 3236 SOLDIER FIELD HOUSE See PWS POP POP 01-DEC-2023 TO 30-NOV-2024 | 1 | JOB |
004 | PREVENTIVE MAINTENANCE & REPAIR 9993 KEELER See PWS POP POP 01-DEC-2023 TO 30-NOV-2024 | 1 | JOB |
005 | Over and above The Government established maximum for line item is NOT TO EXCEED (NTE) $10,000.00 per year. Seller shall provide the relevant Labor Category for this work and appropriate fully burdened hourly rate in the line item of the quote. No Unit Price should be quoted elsewhere for this line item. POP POP 01-DEC-2023 TO 30-NOV-2024 | 0 | JOB |
Line Item(s) Option 3
Option 3 Period of Performance: | 12/01/2024 - 11/30/2025 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Option Year 3: PREVENTIVE MAINTENANCE & REPAIR J00736 MCCHORD w/ wading pool See PWS POP POP 01-DEC-2024 TO 30-NOV-2025 | 1 | JOB |
002 | PREVENTIVE M&R 2161 KIMBRO w/ wading pool See PWS POP POP 01-DEC-2024 TO 30-NOV-2025 | 1 | JOB |
003 | PREVENTIVE MAINTENANCE & REPAIR 3236 SOLDIER FIELD HOUSE See PWS POP POP 01-DEC-2024 TO 30-NOV-2025 | 1 | JOB |
004 | PREVENTIVE MAINTENANCE & REPAIR 9993 KEELER See PWS POP POP 01-DEC-2024 TO 30-NOV-2025 | 1 | JOB |
005 | Over and above The Government established maximum for line item is NOT TO EXCEED (NTE) $10,000.00 per year. Seller shall provide the relevant Labor Category for this work and appropriate fully burdened hourly rate in the line item of the quote. No Unit Price should be quoted elsewhere for this line item. POP POP 01-DEC-2024 TO 30-NOV-2025 | 0 | JOB |
Line Item(s) Option 4
Option 4 Period of Performance: | 12/01/2025 - 11/30/2026 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Option Year 4: PREVENTIVE MAINTENANCE & REPAIR J00736 MCCHORD w/ wading pool See PWS POP POP 01-DEC-2025 TO 30-NOV-2026 | 1 | JOB |
002 | PREVENTIVE M&R 2161 KIMBRO w/ wading pool See PWS POP POP 01-DEC-2025 TO 30-NOV-2026 | 1 | JOB |
003 | PREVENTIVE MAINTENANCE & REPAIR 3236 SOLDIER FIELD HOUSE See PWS POP POP 01-DEC-2025 TO 30-NOV-2026 | 1 | JOB |
004 | PREVENTIVE MAINTENANCE & REPAIR 9993 KEELER See PWS POP POP 01-DEC-2025 TO 30-NOV-2026 | 1 | JOB |
005 | Over and above The Government established maximum for line item is NOT TO EXCEED (NTE) $10,000.00 per year. Seller shall provide the relevant Labor Category for this work and appropriate fully burdened hourly rate in the line item of the quote. No Unit Price should be quoted elsewhere for this line item. POP POP 01-DEC-2025 TO 30-NOV-2026 | 0 | 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.)
|
||||||||||
|
Buy Terms
Name | Description |
---|---|
NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) AND SIZE STANDARD | In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (561790,Other Services to Buildings and Dwellings ) with an applicable small business size standard of ($8.0 M). |
CONTRACTING OFFICER'S AUTHORITY | The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. |
AGENCY PROTEST PROCEDURES | If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844 |
AMC-LEVEL PROTEST PROGRAM | If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. |
QUOTES | Quotes MUST be valid for 30 days after Request for Quote/solicitation’s closing date. |
QUOTE CLARIFICATIONS | Questions concerning this solicitation must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. |
CONTACT INFORMATION | Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace. |
NO MULTIPLE AWARDS | Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive. |
FAR Provisions | The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies to this acquisition and is included. |
FAR Clauses | The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. FAR 52.222-41 Service Contract Labor Standards (Aug 2018) will apply. |
FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) | Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement; (ii) price; (iii) past performance Technical and past performance, when combined, are significantly more important than cost or price. Technical capability will be evaluated by calculation of the SCA labor wage rates for maintenance and custodial services in Liberty County, GA. These wage rates will be applied to an estimate of 1 hour of labor per machine or latrine as quantified and iterated in the performance work statement. Past Performance may be base on one or more of the following IAW FAR 13.106-2(b): (A) The contracting officer’s knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (D) Any other reasonable basis. Price reasonableness will be based on competitive quotations or offers IAW FAR 13.106-3(a)(1). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) |
EVALUATION OF QUOTES: LOWEST PRICE TECHICALLY ACCEPTABLE | In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes. |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
See Statement of Work |
Seller Attachment(s): Required
Capability Statement required with bid. |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | TE_1_Pool_Facilities.pdf | 1,996 KB | |
002 | Provisions_and_Clauses_Swimming_Pool.pdf | 429 KB | |
003 | Pools_Maintenance_PWS--_FINAL.pdf | 193 KB |