BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Nellis Air Force Base, Nevada. Contact the soliciting agency for additional information.

Award Details Contract Award Date: Jun 22, 2022 Contract Award Number: FA486122C0017 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: L3BKB7BH4SR3 Contractor Awarded Name: GCI Construction & Inspections, LLC Contractor Awarded Address: Yuma, AZ 85365-9615 USA Base and All Options Value (Total Contract Value): $609125.00 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. The solicitation number is F3G3AA2018AW02. This solicitation is issued as a Request for Quote (RFQ). 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, effective 30 January 2022. 3. This requirement is solicited 100% Small-Business set-aside, and the associated NAICS code 238190. 4. Below is the contract line item number. CLIN 0001 - Inspection/Maintenance in accordance with Nellis Sunshade Maintenance SOW. CLIN 0002 - Uncovered Parts Any parts found outside of the SOW CLIN 0003 - Uncovered Repair Any repairs found outside of the SOW CLIN 1001 - Inspection/Maintenance in accordance with Nellis Sunshade Maintenance SOW. CLIN 1002 - Uncovered Parts Any parts found outside of the SOW CLIN 1003 - Uncovered Repair Any repairs found outside of the SOW CLIN 2001 - Inspection/Maintenance in accordance with Nellis Sunshade Maintenance SOW. CLIN 2002 - Uncovered Parts Any parts found outside of the SOW CLIN 2003 - Uncovered Repair Any repairs found outside of the SOW CLIN 3001 - Inspection/Maintenance in accordance with Nellis Sunshade Maintenance SOW. CLIN 3002 - Uncovered Parts Any parts found outside of the SOW CLIN 3003 - Uncovered Repair Any repairs found outside of the SOW CLIN 4001 - Inspection/Maintenance in accordance with Nellis Sunshade Maintenance SOW. CLIN 4002 - Uncovered Parts Any parts found outside of the SOW CLIN 4003 - Uncovered Repair Any repairs found outside of the SOW Service Contract Act Wage Determination 2015-5593 Revision 19, dated 03/14/2022, for Nevada, Clark County applies to this acquisition. 5. The 57 MXG requires an annual and quarterly maintenance contract for Nellis Air Force Base Sunshades in accordance with the SOW attached . This annual and quarterly maintenance contract will provide a physical check of all structure integrity of all Sunshades identified. Period of Performance: 18 May 2022 17 May 2027 1 Base + 4 Option Years Delivery/Ship to Location: Nellis AFB, NV 6. Place of delivery is Nellis AFB, Nevada, and inspection and acceptance is FOB destination. 7. Site Visit: 22 April 2022 @0830 AM PDT. Meet-up will be at Nellis AFB Visitor's Center. All vendors must RSVP by submitting names directly to SSgt Colon via email at ruben.colon.4@us.af.mil, not later than 20 April, 4:00 PM PDT. Questions that may arise from the Site Visit, shall be asked, in writing, and sent no later than 26 April @12PM PDT. Questions submitted after the aforementioned cutoff date will not be reviewed or answered. Questions shall be sent to SSgt Colon via email at ruben.colon.4@us.af.mil . All responses to questions will be posted to beta.sam.gov for viewing. 8. Offers are due on Wednesday, 4 May 2022, at 12:00 PST. Offers submitted electronically via email will only be considered for this requirement. Submit offers to SSgt Ruben Colon at ruben.colon.4@us.af.mil. Please include the solicitation number, F3G3AA2018AW02, in the Subject Line of the email to ensure prompt receipt of your proposal. 9. Below are the names and telephone numbers of the individuals to contact for information regarding this solicitation. Primary Point of Contact SSgt Ruben Colon Contract Specialist ruben.colon.4@us.af.mil 10. The following provisions are incorporated by reference. 52.212-1, Instructions to Offerors Commercial 11. The following provisions are incorporated by full-text. 52.212-1, Instructions to Offerors Commercial, Addendum, applies to this acquisition. (1) FAR 52.212-1, paragraph (b)(8), is changed to read: (8) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (2) FAR 52.212-1, paragraph (c), is changed to read: (c) Period for acceptance of offers. The offeror agrees to hold prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (3) To be considered for this requirement, the offer must complete the Bid Schedule (see Attachment 3). Fully complete the pricing on each CLIN as required. The contractor shall fill out a unit price, the extended price and a total price for all CLINs. Please ensure that all prices, extended prices and total prices are checked and verified for accuracy. DO NOT go two (2) digits beyond the decimal point. (4) In accordance with FAR Part 9, Contractor Qualifications, past performance information will be used to determine whether an offeror has a satisfactory performance record to determine whether the offeror is a responsible contractor eligible for contract award. An offeror determined to have an unsatisfactory performance record will be determined non-responsible, therefore, the offeror will not be eligible for contract award. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. The Government has a right to retrieve additional past performance information through the Government's past performance databases, Federal Awardee Performance Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS). 52.212-2, Evaluation Commercial Items, (Oct 2014) 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: Factor 1 - Price Factor 2 - Technical Factor 3 - Past Performance All proposals will be ranked by total evaluated price. The Government shall then evaluate proposals for technical acceptability and past performance in order of their price rankings, lowest to highest. Evaluations will cease once a technically acceptable and a substantial confidence PPCAR offer is identified or all offerors have been evaluated (whichever occurs first). If the technical factor is rated Unacceptable, the overall rating is Unacceptable and the proposal will not be evaluated further. Factor 1 - Price. The Government shall conduct a price evaluation of all offers. The Government will evaluate an offer by adding the total price for all CLINs. The Government may use various price analysis techniques and procedures to ensure a fair, reasonable and realistic price. Evaluation of prices will determine if they are compatible with the scope of the effort, are not unbalanced and are neither excessive nor insufficient for the effort to be accomplished. It is expected that the competitive nature of this acquisition will drive price reasonableness and fairness; however, the Government reserves the right, if it deems appropriate, to make these determinations by means of one or more price analysis techniques Factor 2 - Technical. Quotations will be evaluated for technical acceptability. To be considered technically acceptable an offeror shall: Provide evidence that they can complete all work outlined in the SOW, provide evidence that they can obtain any and all parts required to repair all shade structures, provide evidence that they can meet all timelines outlined in the SOW, and provide evidence that they have qualified employees with the ability to gain access to the base. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Offer clearly meets the requirements of the Solicitation and the Requirements Description. Unacceptable Offer does not clearly meet the requirements of the Solicitation and the Requirements Description. Factor 3 - Past Performance. Utilizing Attachment 4 - Past Performance Survey, provide evidence of least (1) one but no more than (3) three surveys within the past 3 years that is relevant to this requirement. The Government will evaluate the quality of the offeror's past performance by analyzing past performance surveys received and other past performance information data independently obtained from Government and/or commercial sources which may include, but not limited to: Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS); Federal Awardee Performance and Integrity Information System (FAPIIS); or other databases. A Quality Rating will not be assigned to each individual instance of past performance, but rather will be used to assign an overall past performance confidence rating as related to this solicitation. Past performance will be assigned one of the following Past Performance Confidence Assessment Ratings (PPCAR): Substantial Confidence: Based on the offeror's recent and relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence: Based on the offeror's and relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence: No recent or relevant record is available or the offeror's performance record is so sparse that no meaningful confidence assessment can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence: Based on the offeror's recent and relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence: Based on the offeror's recent and relevant performance The method of contractor selection has not been determined at this time.This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. The solicitation number is F3G3AA2018AW02. This solicitation is issued as a Request for Quote (RFQ). 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, effective 30 January 2022. 3. This requirement is solicited 100% Small-Business set-aside, and the associated NAICS code 238190. 4. Below is the contract line item number. CLIN 0001 - Inspection/Maintenance in accordance with Nellis Sunshade Maintenance SOW. CLIN 0002 - Uncovered Parts - Any parts found outside of the SOW CLIN 0003 - Uncovered Repair - Any repairs found outside of the SOW CLIN 1001 - Inspection/Maintenance in accordance with Nellis Sunshade Maintenance SOW. CLIN 1002 - Uncovered Parts - Any parts found outside of the SOW CLIN 1003 - Uncovered Repair - Any repairs found outside of the SOW CLIN 2001 - Inspection/Maintenance in accordance with Nellis Sunshade Maintenance SOW. CLIN 2002 - Uncovered Parts - Any parts found outside of the SOW CLIN 2003 - Uncovered Repair - Any repairs found outside of the SOW CLIN 3001 - Inspection/Maintenance in accordance with Nellis Sunshade Maintenance SOW. CLIN 3002 - Uncovered Parts - Any parts found outside of the SOW CLIN 3003 - Uncovered Repair - Any repairs found outside of the SOW CLIN 4001 - Inspection/Maintenance in accordance with Nellis Sunshade Maintenance SOW. CLIN 4002 - Uncovered Parts - Any parts found outside of the SOW CLIN 4003 - Uncovered Repair - Any repairs found outside of the SOW Service Contract Act Wage Determination 2015-5593 Revision 19, dated 03/14/2022, for Nevada, Clark County applies to this acquisition. 5. The 57 MXG requires an annual and quarterly maintenance contract for Nellis Air Force Base Sunshades in accordance with the SOW attached . This annual and quarterly maintenance contract will provide a physical check of all structure integrity of all Sunshades identified. Period of Performance: 18 May 2022 - 17 May 2027 1 Base + 4 Option Years Delivery/Ship to Location: Nellis AFB, NV 6. Place of delivery is Nellis AFB, Nevada, and inspection and acceptance is FOB destination. 7. Site Visit: 22 April 2022 @0830 AM PDT. Meet-up will be at Nellis AFB Visitor's Center. All vendors must RSVP by submitting names directly to SSgt Colon via email at ruben.colon.4@us.af.mil, not later than 20 April, 4:00 PM PDT. Questions that may arise from the Site Visit, shall be asked, in writing, and sent no later than 26 April @12PM PDT. Questions submitted after the aforementioned cutoff date will not be reviewed or answered. Questions shall be sent to SSgt Colon via email at ruben.colon.4@us.af.mil . All responses to questions will be posted to beta.sam.gov for viewing. 8. Offers are due on Wednesday, 4 May 2022, at 12:00 PST. Offers submitted electronically via email will only be considered for this requirement. Submit offers to SSgt Ruben Colon at ruben.colon.4@us.af.mil. Please include the solicitation number, F3G3AA2018AW02, in the Subject Line of the email to ensure prompt receipt of your proposal. 9. Below are the names and telephone numbers of the individuals to contact for information regarding this solicitation. Primary Point of Contact SSgt Ruben Colon Contract Specialist ruben.colon.4@us.af.mil 10. The following provisions are incorporated by reference. 52.212-1, Instructions to Offerors Commercial 11. The following provisions are incorporated by full-text. 52.212-1, Instructions to Offerors Commercial, Addendum, applies to this acquisition. (1) FAR 52.212-1, paragraph (b)(8), is changed to read: (8) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (2) FAR 52.212-1, paragraph (c), is changed to read: (c) Period for acceptance of offers. The offeror agrees to hold prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (3) To be considered for this requirement, the offer must complete the Bid Schedule (see Attachment 3). Fully complete the pricing on each CLIN as required. The contractor shall fill out a unit price, the extended price and a total price for all CLINs. Please ensure that all prices, extended prices and total prices are checked and verified for accuracy. DO NOT go two (2) digits beyond the decimal point. (4) In accordance with FAR Part 9, Contractor Qualifications, past performance information will be used to determine whether an offeror has a satisfactory performance record to determine whether the offeror is a responsible contractor eligible for contract award. An offeror determined to have an unsatisfactory performance record will be determined non-responsible, therefore, the offeror will not be eligible for contract award. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. The Government has a right to retrieve additional past performance information through the Government's past performance databases, Federal Awardee Performance Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS). 52.212-2, Evaluation Commercial Items, (Oct 2014) 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: Factor 1 - Price Factor 2 - Technical Factor 3 - Past Performance All proposals will be ranked by total evaluated price. The Government shall then evaluate proposals for technical acceptability and past performance in order of their price rankings, lowest to highest. Evaluations will cease once a technically acceptable and a substantial confidence PPCAR offer is identified or all offerors have been evaluated (whichever occurs first). If the technical factor is rated Unacceptable, the overall rating is Unacceptable and the proposal will not be evaluated further. Factor 1 - Price. The Government shall conduct a price evaluation of all offers. The Government will evaluate an offer by adding the total price for all CLINs. The Government may use various price analysis techniques and procedures to ensure a fair, reasonable and realistic price. Evaluation of prices will determine if they are compatible with the scope of the effort, are not unbalanced and are neither excessive nor insufficient for the effort to be accomplished. It is expected that the competitive nature of this acquisition will drive price reasonableness and fairness; however, the Government reserves the right, if it deems appropriate, to make these determinations by means of one or more price analysis techniques Factor 2 - Technical. Quotations will be evaluated for technical acceptability. To be considered technically acceptable an offeror shall: Provide evidence that they can complete all work outlined in the SOW, provide evidence that they can obtain any and all parts required to repair all shade structures, provide evidence that they can meet all timelines outlined in the SOW, and provide evidence that they have qualified employees with the ability to gain access to the base. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Offer clearly meets the requirements of the Solicitation and the Requirements Description. Unacceptable Offer does not clearly meet the requirements of the Solicitation and the Requirements Description. Factor 3 - Past Performance. Utilizing Attachment 4 - Past Performance Survey, provide evidence of least (1) one but no more than (3) three surveys within the past 3 years that is relevant to this requirement. The Government will evaluate the quality of the offeror's past performance by analyzing past performance surveys received and other past performance information data independently obtained from Government and/or commercial sources which may include, but not limited to: Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS); Federal Awardee Performance and Integrity Information System (FAPIIS); or other databases. A Quality Rating will not be assigned to each individual instance of past performance, but rather will be used to assign an overall past performance confidence rating as related to this solicitation. Past performance will be assigned one of the following Past Performance Confidence Assessment Ratings (PPCAR): Substantial Confidence: Based on the offeror's recent and relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence: Based on the offeror's and relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence: No recent or relevant record is available or the offeror's performance record is so sparse that no meaningful confidence assessment can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence: Based on the offeror's recent and relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence: Based on the offeror's recent and relevant performance The method of contractor selection has not been determined at this time.

Award

Military

$609,125.00

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
42
Active Projects
18
Bidding Soon
434
All Active Projects
213
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

May 9, 2022

May 23, 2022

img_map_placeholder

To Be Determined, Nellis Air Force Base, NV

Related To This Project


The best commercial construction data available. Period.

Access Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.