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 Bourne, Massachusetts. Contact the soliciting agency for additional information.

This is a combined synopsis/solicitation for commercial items or commercial services 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; offers are being requested and a written solicitation will not be issued. The solicitation number assigned to this announcement is W50S80-23-Q-0001. This solicitation is issued as 100% Total Small Business Set-Aside under North American Industry Classification System (NAICS) of 221122. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-04 effective date 06/02/2023, Defense Federal Acquisition Regulation Supplement (DFARS) Change 06/09/2023 effective date 06/09/2023, and Army Federal Acquisition Regulation Supplement (AFARS) Change Number 2023-0505 effective date 05/05/2023. This requirement is intended to be awarded as a single, firm-fixed price contract utilizing procedures under FAR Part 13, Simplified Acquisition Procedures (SAP). NOTE: In accordance with FAR 52.232-18 Availability of Funds, this effort is a high priority requirement in support of the Air National Guard. Funds are not presently available to make an award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make an award. This is not a commitment of funds or contract award. All offers provided shall be marked "current until 30 September 2023." 1. DESCRIPTION OF REQUIREMENT: Services Non-personal. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform emergency response, inspection, maintenance, and repair to the electrical distribution system, as defined in the attached Performance Work Statement (PWS) and applicable attachments: Line Item 0001: Base Year - Emergency Outage Response Contractor shall perform Emergency Outage Response in accordance with the PWS for Otis ANG, MA. Quantity- 12 Unit- Month Line Item 0002: Base Year - Distribution System Survey Inspection Contractor shall perform Distribution System Survey Inspection in accordance with the PWS for Otis ANG, MA. Quantity- 12 Unit- Month Line Item 0003: Base Year - Maintenance and Repair Contractor shall perform Maintenance and Repair in accordance with the PWS for Otis ANG, MA. Quantity- 12 Unit- Month Line Item 1001: Option Year 1 - Emergency Outage Response Contractor shall perform Emergency Outage Response in accordance with the PWS for Otis ANG, MA. Quantity- 12 Unit- Month Line Item 1002: Option Year 1 - Distribution System Survey Inspection Contractor shall perform Distribution System Survey Inspection in accordance with the PWS for Otis ANG, MA. Quantity- 12 Unit- Month Line Item 1003: Option Year 1 - Maintenance and Repair Contractor shall perform Maintenance and Repair in accordance with the PWS for Otis ANG, MA. Quantity- 12 Unit- Month //END LINE ITEMS// 2. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached provisions and clauses document. FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Army Federal Acquisition Regulation Supplement (AFARS) provisions and clauses can be read in their full text at https://acquisition.gov. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. Provisions and clauses applicable to this requirement can be viewed on attachment "B08_W50S8023Q0001_Provisions & Clauses_Electrical Maint & Repair." 3. ADDITIONAL INFORMATION: 3.1. The Performance Work Statement (PWS) for this solicitation is incorporated as a separate attachment. Additional attachments are also included and referenced in the PWS. 3.2. In accordance with FAR 52.237-1 Site Visit, site visits will be scheduled upon request and arranged during normal duty hours by contacting: 102d Contracting Office / 508-968-4972 / 102iw.msg.msc@us.af.mil. 3.3. In accordance with FAR 52.212-1(j), prospective awardees are required to be registered in System for Award Management (SAM). The Offeror shall have an active Unique Entity ID (UEI) prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a UEI and to complete Online Representations and Certifications, go to the SAM at https://www.sam.gov. The NAICS identified in this solicitation must be listed SAM Representations and Certifications prior to submitting a response. 3.4. In accordance with DFARS 252.232-7006, offerors interested and capable of obtaining contract award must register with the Wide Area Workflow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. 4. EVALUATION FACTORS: In accordance with (IAW) Federal Acquisition Regulation (FAR) 13.106-2, the Contracting Officer shall identify and consider all offers that are suitable to the user in terms of technical capability, past performance, and price. Technical capability and past performance may be based on one or more factors identified in FAR 13.106-2(b)(3)(ii). The Contracting Officer shall make the determination which offer represents the best value in terms of technical capability, past performance, and price. These evaluation factors apply to all line items identified in this solicitation, which is inclusive of the options. Evaluation of options shall not obligate the Government to exercise the option(s). 4.1. The evaluation shall be conducted utilizing SAP. IAW FAR 13.106.2(b)(3), formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. The Contracting Officer intends to conduct comparative evaluations of offers. The Government intends to evaluate offers and award without discussions. Therefore, offerors are encouraged to present their best in terms of price and technical standpoint in their initial offer. However, the Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government may reject any or all offers if such action is in the public interest and accept other than the lowest offer. 4.2. The factors that shall be used to determine Best Value are technical capability, past performance, and price. Non-price factors (technical capability and past performance), when combined, are significantly more important than price. As such, the Government may award to other than the lowest price. The factors are further described below: 4.2.1. Technical Capability. The Government shall evaluate the contractor's offers to ensure conformance to the Performance Work Statement (PWS), paying specific attention to section 1.4.7 Special Qualifications, section 5.0 Contractor Requirements, and Technical Exhibit 2 Deliverables. 4.2.2. Price. The Government will evaluate the pricing proposed by the offeror to ensure it meets the requirements of the description, as well as for fairness and reasonableness based upon competitive offers, historical information, or other means as determined necessary. 4.2.3. Past Performance. The Government will evaluate past performance information available on the Contractor Performance Assessment Reporting System (CPARS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have neutral past performance. A neutral rating shall be considered "acceptable." 4.3. BASIS OF AWARD: The Contracting Officer may only award a contract to a responsive, responsible Contractor whose offer conforms to the requirements of this solicitation and offers the best overall value to the Government. Any Contractor's offer that merely agrees to perform work according to the terms of this solicitation or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non-responsive. 5. SUBMISSION REQUIREMENTS: The government will evaluate all responses in accordance with the submission requirements and evaluation criteria described herein. Responses should be prepared simply and provide concise description of capabilities to satisfactorily perform all requirements. Offers to this announcement shall include: 5.1. Capability Statement showing how the vendor can meet all requirements of this solicitation. 5.2. Pricing in accordance CLIN Structure identified above. 5.3. All offers shall include the following information: Company Name, Address, Point of Contact (POC) information, UEI, Business size, Payment Terms, Solicitation Number, along with Technical Exhibit 2 Deliverables. 6. RESPONSES: Offers (to include information and documentation requested) must be submitted via email no later than (NLT) the date and time specified in this notice to 102d Contracting Office at 102iw.msg.msc@us.af.mil. It is the best interest of the offeror to ensure the offer submitted is received by email to the 102IW Contracting Office by requesting a reply received email. 7. QUESTIONS: All questions concerning this requirement must be submitted in writing to 102iw.msg.msc@us.af.mil at least three (3) business days prior to date offers are due.

Post-Bid

Military

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

7

Subscribe For Documents

1 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
458
Active Projects
283
Bidding Soon
3,450
All Active Projects
1,512
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

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.

Sign-up for Instant Access.

Get Started 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.

July 21, 2023

August 21, 2023

August 20, 2024

img_map_placeholder

10 Armory Rd, Bourne, MA

Related To This Project


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.