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 Colorado Springs, Colorado. Contact the soliciting agency for additional information.

This is a combined synopsis for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. It is the Government's intent to award this requirement using FAR Subpart 13.5 procedures. This announcement constitutes the only solicitation; quotes are being requested and no other written solicitation will not be issued. Quotes shall reference solicitation number HQC004-24-Q-0066. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 dated 04/22/2024. The associated North American Industry Classification (NAICS) code is 811310 with a small business size standard of $12.5M. This requirement is being solicited as a 100% total small business set-aside. Description of Supplies/Services: The Defense Commissary Agency (DeCA) stores located at Buckley AFB, USAF Academy, Peterson AFB and Fort Carson have a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP). The MFP equipment consists of mixer grinder systems, conveyor systems, meat saws, ovens, proofers, meat choppers, bulkers, tenderizers, rotisseries, and slicers. PMs will be performed on the equipment as identified in the Performance Work Statement (PWS) (Attachment 1). Additionally, the PWS provides the performance objectives and elements required for this acquisition. The equipment quantities located at each commissary store can be found in the attached MFP Equipment Listing (Attachment 4). A firm fixed price contract is expected for this requirement. There is no commitment by the Government to be responsible for any monies expended by the industry responses to this RFQ. Period of Performance: Base Year: October 1, 2024 - September 30, 2025 Option Year One: October 1, 2025 - September 30, 2026 Option Year Two: October 1, 2026 - September 30, 2027 Option Year Three: October 1, 2027 - September 30, 2028 Option Year Four: October 1, 2028 - September 30, 2029 Contract Line Items (CLINs) - See attached Excel Spreadsheet to submit pricing. 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEPT 2023) applies to this acquisition. (b)(4) Technical acceptability: Each offeror shall submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary, as outlined below in FAR 52.212-2. The narrative must be written in a clear, concise fashion, describing the technical experience of technicians and how the offeror proposes to perform the requirements stated in the Performance Work Statement (PWS). Please respond to the following: Provide a brief narrative, not to exceed 3 pages, explaining how your company intends to perform the standards prescribed in Section 3 of the PWS. Provide a brief narrative, not to exceed 3 pages, explaining how your service technicians have a sound mechanical aptitude, ability, and an extensive working knowledge of troubleshooting, diagnosis, and repairing the equipment listed in PWS Section 1.2.4. (b)(6) Price: Provide your best price for each line item. The price for each store's PM will be billed quarterly and the price for each store's Unscheduled Repairs, to include parts, labor and travel, will be billed monthly. Enter all pricing for the base and option years. 52.212-2, Evaluation-Commercial Products and Commercial Services (N0V 2021) applies to this acquisition. The following factors shall be used to evaluate offers: Technical Capability of Service Price Past performance Technical and past performance, when combined, are equally important to price. Award will be made based on price and technical capability of the offeror. Offeror will be determined to be technically acceptable if their proposed service meets the minimum requirements/standards outlined in the performance work statement. Price will be evaluated IAW FAR 13.106-3(a)(1), price reasonableness based on competitive quotations received in response to the solicitation. The price considered will be the combined total of the base year and four option periods. Each offeror will be required to submit a technical narrative detailing how they intend to perform the requested service. The technical narrative will be rated on an acceptable or unacceptable scale based on how well the narrative meets the standards presented in the performance work statement. The requiring activity will complete the technical capability evaluation. Each offeror is required to submit their past performance references. Performance reviews under DeCA, or any other Federal agency, contracts provided by the references identified in the quote will be used in the evaluation of past performance. Past performance will be rated as acceptable or unacceptable and the assessment is a matter of judgement. If the offeror has no record of past performance, but is otherwise deemed responsible, they will be rated as acceptable. Performance capabilities and past performance, when combined are of equal importance when compared to price. The offeror that presents the quotation that is the most advantageous to the Government shall be awarded the anticipated firm-fixed price contract. 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (May 2024) applies to this acquisition. Additional Provisions, Contract Requirements, and Terms and Conditions PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management OCT 2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2023 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-27 Prohibition on a ByteDance Covered Application JUN 2023 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.223-3 Hazardous Material Identification and Material Safety Data FEB 2021 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2024 52.232-17 Interest MAY 2014 52.232-18 Availability of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984 52.244-2 Subcontracts JUN 2020 52.245-1 Government Property SEPT 2021 52.245-9 Use and Charges APR 2012 252.201-7000 Contacting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEPT 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEPT 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7004 Antiterrorism Awareness Training for Contractors JAN 2023 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting MAY 2024 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by The Government of a Country that Is a State Sponsor of Terrorism MAY 2019 252.216-7009 Allowability of Legal Costs Incurred in Connection with a Whistleblower Proceeding DEC 2022 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 252.225-7001 Buy American and Balance of Payments Program FEB 2024 252.225-7002 Qualifying Country Sources as Subcontractors MAR 2022 252.225-7012 Preference for Certain Domestic Commodities APR 2022 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items or Commercial Services NOV 2023 252.245-7003 Contractor Property Management System Administration APR 2012 252.245-7005 Management and Reporting of Government Property JAN 2024 Management and Reporting of Government Property JAN 2024 JAN 2024 252.247-7023 Transportation of Supplies by Sea JAN 2023 INSTRUCTIONS TO THE OFFEROR Offeror shall include a completed copy of the provision at 52.204-20, Predecessor of Offeror (AUG 2020), with its offer. Offeror shall include a completed copy of the provision at 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021), with its offer. Offeror shall include a completed copy of the provision at 52.204-26, Covered Telecommunications Equipment or Services--Representation (OCT 2020), with its offer. Offeror shall include a completed copy of the provision at 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016), with its offer. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024) Offeror shall include a completed copy of the provision at 52.219-28, Post-Award Small Business Program Representation (FEB 2024), with its offer. Offeror shall include a completed copy of the provision at 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (MAY 2014), with its offer. "Does" = Service Contract Labor Standards (FAR 52.222-41) WILL NOT apply. "Does Not" = Service Contract Labor Standards (FAR 52.222-41) WILL apply. PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT 52.217-8 Option to Extend Services (NOV 1999) 60 days 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) 30 days; 60 days (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) 60 months 52.233-2 Service of Protest (SEP 2006) (a) Evelyn Settles Director, Acquisition Management Defense Commissary Agency ATTN: CCQS 1300 Eisenhower Avenue Fort Gregg-Adams, Virginia 23801-1800 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) https://acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) https://acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.252-6 Authorized Deviations in Clauses (NOV 2020) Defense Federal Acquisition Regulation (48 CFR Chapter 2) 252.232-7006 Wide Area Workflow Payment Instructions (JAN 2023) Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC HQ0866 Issue By DoDAAC HQC004 Admin DoDAAC** HQC004 Inspect By DoDAAC N/A Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) HQC Service Acceptor (DoDAAC) HQC Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A IMPORTANT INFORMATION FREEDOM OF INFORMATION ACT (FOIA) SOLICITATION AND CONTRACTS FOIA AND POSTING NOTICE Any award(s) resulting from issuance of this solicitation or quote may be posted in the DeCA Freedom of Information Act (FOIA) electronic reading room at www.commissaries.com. The posting will contain the total contract award amount, as well as any awarded individual contract line-item pricing (CLIN and Sub-CLIN). Unexercised option prices will not be published. In compliance with the provisions of Executive Order 12600, the contract holder may identify to the agency FOIA Officer (foia@deca.mil), within 21 calendar days of the contract award date, any information contained in the contract that it deems to be confidential commercial information. The FOIA officer will review the submission and contact the contract holder with a decision. Failure to identify any such information will be interpreted by the Agency as the contract holder having no such information to identify or withhold from posting in the FOIA electronic reading room. The postings typically take place at a minimum of two distinct points; upon the initial award of the contract and then again after the final option period has been exercised. However, should a FOIA request for the contract be received in the interim, the contract may be reposted including any awarded contract pricing up to the date of the FOIA request. Unexercised option prices will not be published. This action is being taken to ensure contract award information is available to the general public, as it was in the past, pursuant to the President's January 21, 2009 memorandum regarding the Freedom of Information Act (FOIA). Defense priorities and Allocating System (DPAP) is not applicable to this solicitation. The completed solicitation package with quotes must be returned no later than 4:00 P.M. Eastern Standard Time (EST) on August 23, 2024. Vendors shall submit quotes by email to Tammy Torres, Contract Specialist and Evelyn Settles, Contracting Officer via email at Tammy.Torres@deca.mil and Evelyn.Settles@deca.mil. No fax, hand delivered, or mail-in quotes will be accepted. Quotes MUST be good for 90 calendar days after close. Please ensure all information requested is included. Information will be posted to Contract Opportunities: https://sam.gov/content/opportunities. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. Questions pertaining to this solicitation be directed to Tammy Torres and Evelyn Settles via email or phone at Tammy.Torres@deca.mil or (804)734-8000 ext 48549 and Evelyn.Settles@deca.mil or (804) 734-8000 ext 48221 Questions must be received by 10:00 AM EST on August 14, 2024. Attachments: Attachment 1 Performance Work Statement (PWS) Attachment 2 Pricing Sheet (Contract Line-Item Structure) Attachment 3 Preventive Maintenance Check List Attachment 4 Equipment List

Post-Bid

Military

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 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
166
Active Projects
77
Bidding Soon
1,195
All Active Projects
510
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.

August 23, 2024

October 1, 2024

September 30, 2025

img_map_placeholder

Multiple Locations, Colorado Springs, CO

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.