Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

J -- HVAC Indefinite Delivery Purchase Order for Defense Supply Center Richmond

Notice Date
5/19/2022 6:53:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
DCSO RICHMOND DIVISION #1 RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SP470322Q0027
 
Response Due
6/3/2022 2:00:00 PM
 
Archive Date
06/18/2022
 
Point of Contact
Brandon Jump, Phone: 8042794512, Fax: 8042793246
 
E-Mail Address
brandon.jump@dla.mil
(brandon.jump@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Questions & Answers:� How many personnel do you require to be stationed there Monday through Fridays?�None. The SOW specifies an expedited response time for being on site to diagnose issues and then respective quote submission. See SOW for details.� When is the site visit? Site visit is still TBD. The Contracting Officer will update the listing with site visit time when available, and extend RFQ as necessary in fairness to industry.� Update 19 May 2022: Q&A deadline extended to 27 May 2022. Quotes extended to 3 June 2022 at 1700 Eastern.� Update 18 May 2022: RFQ changed to SF1449 for commercial services. Updated solicitation document and wage determination attached. Site visit will be scheduled ASAP and updated here on SAM, accordingly.� Combined Synopsis/Solicitation HVAC Repairs & Replacements Indefinite Delivery Purchase Order (IDPO) at Defense Supply Center Richmond (DSCR) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Part 12, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with additional information included in this notice.� The solicitation number SP4703-22-Q-0027 is issued as a request for quote (RFQ).� The resulting contract will be a firm-fixed price IDPO type award with one base year and four option years. The contract length is expected to last five years (total), or until funding is exhausted.� This acquisition is set-aside for 100% small businesses.� The North American Industry Classification System (NAICS) Code is 238220 (Specialty Trade Work).� The small business size standard is $16.5M.� Department of Labor Wage Determination based on location of the service provided (Chesterfield County, VA).� Partial proposals will not be accepted.� For an offer to be considered for award, the contractor must be within a commutable driving distance to the DSCR facility. A 120-mile radius from DSCR is considered the commutable radius. See attached Statement of Work (SOW) for Scope, Background, and Objectives. Award will be made to the lowest priced, technically acceptable (LPTA) offeror that meets the requirements stated in the Statement of Work and the solicitation. Also refer to clauses and provisions includes in this notice.� Contractor should provide supporting documents, referrals, etc. to support a decision of �Technically Acceptable� during the quote evaluation. � � � � � � � � � � � � � � � � � � �� The contractor must be registered in the System for Award Management (SAM) prior to award.� If not already registered in SAM, go to the SAM website www.sam.gov to register prior to submitting your quote.� All inquiries must be submitted no later than 7 business days prior to closing date.� Acceptable method of quote or inquiries submission is Email to brandon.jump@dla.mil. Questions are due no later than 27 May, 2022, 5:00 PM, EST. Submit questions via email to Brandon.Jump@dla.mil. Proposals are due on 3 June, 2022, 5:00 PM, EST.� The points of contact (POC) for this requirement is Brandon Jump (brandon.jump@dla.mil), Contracting Officer. Site visit will be announced on SAM.gov once it is scheduled. Reference Attachment 1 - Statement of Work (SOW) for additional work scope and details. Pricing to be completed on Attachment 3 � Pricing Spreadsheet. We have received industry feedback regarding inflation and supply chain concerns. As such, the determination of the successful LPTA offer will be based on the initial HVAC requirement that we currently have. The price for those replacements will be used to determine the successful awardee. From there, other repairs and replacements are expected to arise during the Period of Performance of the contract. Replacements that come up after these initial requirements will be quoted by the contractor as they arise, rather than locked annual pricing. The Contractor is expected to provide annual labor rates for the duration of the contract (base and option years) in their quote to this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c717f7a0e6b747a497971afbc454a3bb/view)
 
Place of Performance
Address: Richmond, VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN06332109-F 20220521/220519230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.