To place a bid or register go to Unison Marketplace

View Details for Buy # 1095911

View Other Versions: 1095911_01 

General Buy Information

Buy #: 1095911  
Solicitation #: PANMCC-22-P-0000-008957
Buy Description: OPTION - HVAC Maintenance and Repair
Category: J -- Maintenance, Repair, and Rebuilding of Equipment
Sub Category: J041 -- MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
NAICS: 238220 -- Plumbing, Heating, and Air-Conditioning Contractors
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Women-Owned Small Business
Buyer: MICC Joint Base Lewis McChord
End Date: 06/24/2022
End Time: 14:00 ET
Seller Question Deadline: 6/16/2022 - 14:00 ET
Delivery: Period of Performance - See below

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: 08/01/2022 - 07/31/2023
Item No Description Qty Unit
001 Initial assessment 1 EA
002 Full service maintenance & repair 1 EA
003 Semi-annual maintenance & repair 1 EA
004 Service Calls 1 EA
005 Emergency inspections & repairs 1 EA
006 Over & above 1 EA

Line Item(s) Option 1

Option 1 Period of Performance: 08/01/2023 - 07/31/2024
Item No Description Qty Unit
001 Full service maintenance & repair 1 EA
002 Semi-annual maintenance & repair 1 EA
003 Service Calls 1 EA
004 Emergency inspections & repairs 1 EA
005 Over & above 1 EA

Line Item(s) Option 2

Option 2 Period of Performance: 08/01/2024 - 07/31/2025
Item No Description Qty Unit
001 Full service maintenance & repair 1 EA
002 Semi-annual maintenance & repair 1 EA
003 Service Calls 1 EA
004 Emergency inspections & repairs 1 EA
005 Over & above 1 EA

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 solicitation requires that Buyer evaluates bids on a line item basis; therefore, each line item will include applicable evaluation criteria. For all line items, 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 Women-Owned 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:08/01/2022 - 07/31/2023
Option 1:08/01/2023 - 07/31/2024
Option 2:08/01/2024 - 07/31/2025

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 in the NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (238220, Plumbing, Heating and Air Conditioning Contractors) with an applicable small business size standard of $16.5 Mil.
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: Timothy Greenwell, timothy.e.greenwell.civ@army.mil
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 60 days after Request for Quote/solicitation’s closing date.
QUOTE CLARIFICATIONS Questions concerning this solicitation must be submitted at least 7 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.
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. In order to be deemed technically acceptable, the quoter/offeror must submit proof of Electrical Licenses and Certifications as referenced in the PWS, Section 2 - Description of Services, paragraph 2.12. 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. 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.
Site Visit Information The Government will host a site visit from 0900-1130 PST on Tuesday, June 14, 2022. Potential vendors must register via email with Kristen Carter @ kristen.d.carter6.civ@army.mil no later than 2PM PST on June 13, 2022. Personal Protective Equipment (PPE) is recommended but not required. Vendors are responsible for providing their own PPE. Potential vendors requiring post access assistance should contact 1LT Adrian Ott via email @ adrian.j.ott.mil@socom.mil no later than 2PM PST on Monday, June 13, 2022. Cell phone or camera may be permitted during the site visit and the requiring unit may request inspect all photographs prior to departure. All questions that arise from the site visit will be submitted NLT Thursday, June 16, 2022 via the Unison Marketplace. Site Visit Location: Building 3486 3rd Division Drive, Joint Base Lewis- McChord, (JBLM), Washington 98433

Shipping Information

City State   Zip Code
See Statement of Work

Seller Attachment(s): Required

Proof of Electrical Licensing and Certifications as per PWS Section 2 - Description of Services, paragraph 2.12

Buy Attachment(s)

No. Document Name   Document Size
001 Attachment_6_-_Map.pdf   1,147 KB
002 Attachment_3_-_Wage_Det_2015-5539.pdf   75 KB
003 Attachment_2_-_Provisions_and_Clauses.pdf   159 KB
004 Attachment_4_-_Site_Visit_Instructions.pdf   46 KB
005 Attachment_5_-_Driving_directions_to_Bldg_3486.pdf   298 KB
006 Attachment_1_-_PWS_Server_Room_HVAC_Maintenance_FY22_revision_1.pdf   1,477 KB