California Bids > Bid Detail

Vertical Transportation Equipment (VTE) Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159610895886826
Posted Date: Mar 26, 2024
Due Date: Apr 12, 2024
Solicitation No: N6247324Q3206
Source: https://sam.gov/opp/3202fc2d0f...
Follow
Vertical Transportation Equipment (VTE) Services
Active
Contract Opportunity
Notice ID
N6247324Q3206
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC SOUTHWEST SW
Office
NAVFACSYSCOM SOUTHWEST
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 26, 2024 10:10 am PDT
  • Original Date Offers Due: Apr 12, 2024 01:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J036 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Monterey , CA 93943
    USA
Description

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES



I. GENERAL INFORMATION:



This is a Naval Facilities Engineering Systems Command, Southwest (NAVFAC SW) combined synopsis/solicitation (CSS) prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” and FAR Subpart 13.5, “Simplified Acquisition Procedures,” as supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued unless otherwise indicated herein.



This notice represents a request for quotation(s) (RFQ). The unique procurement instrument identifier (PIID) associated with this contract action is RFQ Number (No.) N6247324Q3206.



The incorporated provisions and clauses of this solicitation are those in effect through the Federal Acquisition Circular (FAC) 2024-03, effective December 1, 2024, and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20240215, effective February 15, 2024. The provisions and clauses referenced herein may be reviewed and obtained in full-text form at the following addresses:



(1) FAR: https://www.acquisition.gov/browse/index/far



(2) DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html



This solicitation is issued as a 100% total small business set-aside, and is reserved exclusively for small businesses. Any quote(s) received in response to this solicitation from other than small business concerns will not be accepted. Competitive quotes are requested.



The North American Industry Classification System (NAICS) code for this requirement is “811310,” titled “Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance,” which has a small business size standard of $12.5 million. The associated product service code (PSC) for this requirement is “J036,” titled “Maintenance, Repair, and Rebuild of Equipment – Special Industry Machinery.”



The Government anticipates the award of a firm-fixed-price (FFP) single-vendor performance-based contract that consists of both recurring and non-recurring services. FFP and indefinite-delivery/indefinite-quantity (IDIQ) services, on an as needed basis, for one (1) 12-month base period, and four (4) 12-month option periods, as indicated below:



Base Period May 1, 2024 – April 30, 2025



Option One (1) May 1, 2025 – April 30, 2026



Option Two (2) May 1, 2026 – April 30, 2027



Option Three (3) May 1, 2027 – April 30, 2028



Option Four (4) May 1, 2028 – April 30, 2029



Funding will be provided by issuance of task orders, and allocated during each period of performance for the recurring and non-recurring services.



This commercial service requirement is for all labor, management, supervision, tools, material, and equipment necessary to perform recurring and non-recurring services to vertical transportation equipment (VTE) onboard Naval Support Activity (NSA) Monterey, California, as specified herein and with the applicable solicitation documents. Services will consist of 1) development, implementation, and execution of a preventative maintenance (PM) program; 2) development, implementation, and execution of an inspection, testing, and certification program; and 3) scheduled service orders.



The following FAR clauses and provisions apply to this solicitation:



FAR 52.212-1: Instructions to Offerors – Commercial Products and Commercial Services



FAR 52.212-3: (Alternate I): Offeror Representations and Certifications-Commercial Products and Commercial Services



FAR 52.212-4: Contract Terms and Conditions-Commercial Products and Commercial Services



FAR 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services



Note: Quoter(s) shall include a completed copy of FAR provision 52.212-3 with quote submission. Additional contract terms and conditions applicable to this procurement are provided in Attachment I.



A site walk is not scheduled, but may be requested.



III. QUOTE SUBMISSION INFORMATION:



All questions and inquiries involving this solicitation must be submitted via email to Ashley N. Thornton, Contract Specialist, at ashley.n.thornton4.civ@us.navy.mil, not later than 1:00 PM PST on April 5, 2024.



Quote(s) shall be submitted via email to Ashley N. Thornton, Contract Specialist, at ashley.n.thornton4.civ@us.navy.mil, not later than 1:00 PM PST on April 12, 2024.



Quote(s) must be valid for 90 days after the submission date.



Quoters shall be registered in the System for Award Management (SAM), at https://sam.gov, prior to quoting. Failure to have an active registration status in SAM by the time of award will make that quoter ineligible to receive the anticipated contract award, with no exceptions.



All quotes must conform to the solicitation requirements, to include all stated terms, conditions, representations, and certifications.



Quoter(s) shall submit a FFP quote for all ELINs/SubELINs in the pricing schedule. Quote(s) shall include pricing for the base requirement and all options as specified herein. Quotes shall acknowledge any amendments and be dated, signed, and submitted to the Contract Specialist prior to the due date for receipt of quote(s).



In order for the government to make a fair and reasonable price determination, additional market research may be conducted. The government may request the quoter to submit any available pricing data and/or relevant sales or invoice history to further substantiate the price reasonableness of the quote provided.

The government intends to award the anticipated contract to the responsible quoter whose quote conforms to the solicitation; is most advantageous to the government, price and other factors considered; and provides the best value to the government in accordance with FAR 13.106-1(a)(2)(ii) and FAR 2.101.



Quoter(s) are advised, this is ONLY a request for quotation(s). A contract will be awarded pursuant to the evaluation of the quotations received. Do NOT deliver or perform services until a written notification has been provided by the Contracting Officer indicating a successful and acceptable quote. Performance under the anticipated contract shall NOT commence until the successful quoter is in receipt of the fully-signed Standard Form (SF) 1449, signifying a binding contract.



IV. POINT(S) OF CONTACT:



Ashley N. Thornton Batina N. Wingo



Contract Specialist Supervisory Contract Specialist



FEAD Monterey FEAD Monterey



NAVFAC SW NAVFAC SW



Phone: (831) 656-3694 Phone: (831) 656-3454



Email: ashley.n.thornton4.civ@us.navy.mil Email: batina.n.wingo.civ@us.navy.mil



V. ADDITIONAL CONTACT INFORMATION:



Contracting Office:



Facilities Engineering and Acquisition Division (FEAD) Monterey



Public Works Department (PWD)



511 Gardners Road, Build 426



Monterey, California 93943-5035



Contracting Agency:



Naval Facilities Engineering Systems Command (NAVFAC SW), Southwest



750 Pacific Highway



San Diego, CA 92132-5190


Attachments/Links
Contact Information
Contracting Office Address
  • 750 PACIFIC HIGHWAY
  • SAN DIEGO , CA 92132-0001
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 26, 2024 10:10 am PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >