Illinois Bids > Bid Detail

Fall Arrest Replacement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159550739591868
Posted Date: Nov 21, 2022
Due Date: Dec 6, 2022
Solicitation No: W50S7T23Q0002
Source: https://sam.gov/opp/659a8bc0b9...
Follow
Fall Arrest Replacement
Active
Contract Opportunity
Notice ID
W50S7T23Q0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M6 USPFO ACTIVITY ILANG 182
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 21, 2022 02:30 pm CST
  • Original Published Date: Nov 07, 2022 04:15 pm CST
  • Updated Date Offers Due: Dec 06, 2022 12:00 pm CST
  • Original Date Offers Due: Dec 06, 2022 12:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 21, 2022
  • Original Inactive Date: Dec 21, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J040 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ROPE, CABLE, CHAIN, AND FITTINGS
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • Place of Performance:
    Peoria , IL 61607
    USA
Description View Changes

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, FAR Part 13.106-1 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. It is the Government’s intention to award without discussions. The Government reserves the right to hold discussions. PLEASE READ: This effort is a high priority requirement in support of the 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 quotes provided shall be marked “Quote is good for 90 calendar days.”





(ii) This solicitation, W50S7T23Q0002 is being issued as a Request for Quotation (RFQ).





(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-08, effective 28 Oct 2022.





(iv) This procurement is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 238290 and the small business size standard is 500 Employees.





(v) Commercial Item Descriptions: CLIN0001 – Fall Arrest System Replacements in accordance with Performance Work Statement, Qty: 1 EA.





(vi) The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform the required local communication services per Performance Work Statement dated 7 November 2022.





(vii) The services shall begin on or about 2 January 2022 for 2416 S. Falcon Blvd, Peoria, IL 61607.





(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision. The addenda for this provision is as follows:






  1. Responders should include all documents and information requested submitted in accordance with the instructions herein.






  1. Quotations shall be submitted prior to the closing date and time of 6 December 2022 12:00 PM CST. In the event that the Contract Opportunities portal is down or an offeror cannot post their quotes, send an email with the quotation to the following contract specialist: SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil.






  1. All questions regarding this RFQ shall be submitted via email to: SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil. All questions are due by 15 November 2022 by 12:00 PM CST. The government is not obligated to answer questions.






  1. The submission of the documentation specified below will constitute the offeror’s acceptance of the terms and conditions of the documents in the RFQ. Questions should be posted by the due date listed above. It is the Government’s intention to award without discussion. Offerors are encouraged to present their best Quote and prices in their initial submission. The Government reserves the right to hold discussions.





(ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. Basis for award is Lowest Price Technically Acceptable. The Government intends to make a single firm-fixed price award. The following commercial item is requested in this solicitation.



(a) 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:






  1. Technical Performance.

  2. Pricing

  3. Past Performance





Technical and past performance, when combined, are equally important when compared to price.





(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).





(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





ADDENDUM TO FAR Part 52.212-2 Evaluation – Commercial Items (OCT 2014)





(a) This solicitation will be evaluated under Federal Acquisition Regulation (FAR) Part 13. The solicitation will be solicited as a small business set aside through Contract Opportunities. 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. Upon closing, the offers will be evaluated using Lowest Price Technically Acceptable (LPTA) evaluation criteria. The Government reserves the right to award one and up to three contract awards. The following factors shall be used to evaluate offers:





Technical Acceptability:





The contractor shall be responsible for ensuring their quote fully outlines the capability to adhere to the delivery deadline, quantities required, and specifications listed in the Statement of Work (SOW). Technical performance shall be found to be either acceptable or unacceptable based on the answers to the following questions:






  1. Can the vendor begin the service by 2 January 2022?

  2. Does the contractor have experience with the federal government in completing the fall arrest equipment replacements in other aircraft hangars?

  3. Has the contractor provided a fall arrest replacement system that meets all of the requirements within the PWS dated 7 November 2022 in Attachment 1?





The Government will determine the vendor to be Technically Acceptable only if all answers to the above questions (1 - 3) are “Yes”. The final determination of whether an “or equal” date provided for question 1, will meet the needs of the Government lies with the Government.






  1. STANDARD:






  1. Pass: The standard is met when: the Offeror is able to answer yes to each of the posted questions noted above.






  1. Fail: The Offeror is unable to answer yes to either of the questions.noted above.





Pricing:





The government will evaluate all technically acceptable offerors’ prices.



In terms of “price reasonableness”, the Government will focus on whether the price is too high or too low to be considered fair and reasonable. In terms of “completeness”, the Government will focus on whether the price appears to cover all of the work identified in the SOW. In terms of “balance”, the Government will focus on whether pricing is consistent with historical contract information and market research.



Pricing will not be scored or rated and will not be considered unless the quotes technically acceptability in factor 1 are graded as acceptable. Pricing shall include all aspects of the office furniture to include product, shipping with lift gate capabilities, installation, design, tools, equipment, supervision, etc.



(x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision.





(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.





(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include:





FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards



FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entitites.



FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment.

FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations.

FAR 52.219-28, Post Award Small Business Program Representation.

FAR 52.222-3, Convict Labor.

FAR 52.222-21, Prohibition of Segregated Facilities.

FAR 52.222-26, Equal Opportunity.

FAR 52.222-36, Equal Opportunity for Workers with Disabilities.

FAR 52.222-50, Combating Trafficking in Persons.



FAR 52.222-55, Minimum Wages Under Executive Order 13658.

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.

FAR 52.225-13, Restrictions on Certain Foreign Purchases.



FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management.

FAR 52.233-3, Protest After Award.

FAR 52.233-4, Applicable Law for Breach of Contract Claim.





The following provisions are incorporated into this solicitation by reference:





FAR 52.204-7, System for Award Management.



FAR 52.204-9, Personal Identity Verification of Contractor Personnel.



FAR 52.204-16, Commercial and Government Entity Code Reporting.



FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.



FAR 52.237-1, Site Visit.



DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials.

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.



DFARS 252.204-7011, Alternative Line Item Structure.



DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation.



DFARS 252.211-7003, Item Unique Identification and Valuation.



DFARS 252.211-7007, Reporting of Government-Furnished Property.

DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.



DFARS 252.225-7031, Secondary Arab Boycott of Israel.



DFARS 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites – Representation.

The following clauses are incorporated into this solicitation by reference:





FAR 52.204-13, System for Award Management Maintenance.



FAR 52.204-18, Commercial and Government Entity Code Maintenance.



FAR 52.204-19, Incorporation by Reference of Representations and Certifications.



FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance – Services or Equipment.



FAR 52.204-26, Covered Telecommunications Equipment or Services – Representation.



FAR 52.217-8, Option to Extend Services.



FAR 52.223-5, Pollution Prevention and Right to Know Information.



FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Representation and Certifications.

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors



FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation.



FAR 52.245-1, Government Property.



FAR 52.246-1, Contractor Inspection Requirements.



FAR 52.249-1, Termination for Convenience of the Government (Fixed Price)(Short).



DFARS 252.201-7000, Contracting Officer’s Representative.

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights.



DFARS 252.204-7003, Control of Government Personnel Work Product.



DFARS 252.204-7006, Billing Instructions

DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors.



DFARS 252.223-7008, Prohibition of Hexavalent Chromium.

DFARS 252.225-7001, Buy American and Balance of Payments Program.



DFARS 252.225-7048, Export Controlled Items.



DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime.



DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

DFARS 252.232-7010, Levies on Contract Payments.



DFARS 252.232-7010, Prohibition on Interrogation of Detainees by Contractor Personnel.

DFARS 252.244-7000, Subcontracts for Commercial Items.



DFARS 252.245-7002, Reporting Loss of Government Property



DFARS 252.245-7003, Contractor Property Management System Administration.



DFARS 252.245-7004, Reporting, Reutilization, and Disposal.

DFARS 252.247-7023, Transportation of Supplies by Sea.





The following provisions are incorporated by full text.





FAR 52.204-20, Predecessor of Offeror.



FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations – Representation.



FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.



DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate

(Offerors shall include completed copies of the certifications within the following provisions with their offer.)



DFARS 252.239-7017, Notice of Supply Chain Risk.



DFARS 252.239-7018, Supply Chain Risk.





The following clauses are incorporated by full text.





FAR 52.246-1, Contractor Inspection Requirements.



FAR 52.252-2, Clauses Incorporated by Reference

FAR 52.252-6, Authorized Deviations in Clauses.



DFARS 252.211-7008, Use of Government Assigned Serial Numbers.



DFARS 252.232-7006, Wide Area Workflow Payment Instructions.





(xiii) The contractor shall provide a one year warranty for all products and installation provided.





(xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation.





(xv) A site visit is planned for Tuesday, November 15, 2022 at 0900. Persons planning on submitting a quote are strongly encouraged to attend the site visit. Due to security and current COVID-19 conditions, all offerors must pre-register in order to attend this site visit. Email the following information for all attendees to SMSgt Ben Yeutson at the following addresses: benjamin.yeutson@us.af.mil.





Firm Name and Telephone Number



Visitor’s Name and last 4 digits of Social Security No.



Drivers License



Citizenship





This information must be provided in advance, not later than 3 business days prior to the meeting, in order to ensure access to the military base and conference site and ensure the state maximum of persons is adhered to. Even if you have access to the base you must register to ensure adequate social distancing. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government’s denial of your access to the pre-proposal conference. This information will be provided to the Base Security Forces who will authorize your entrance to the site.





Visitors must pick up their passes at the Installation’s Main Entry Gate prior to arrival. You will



be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Driver License, (3) Proof of Insurance for Vehicle, (4) Safety Inspection and Car Rental agreement if applicable. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such.





All questions regarding this RFQ shall be submitted via email to SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil. All questions are due by 16 November 2022 by 04:00 PM Central Standard Time (CST) and will be posted as an amendment to this solicitation on or about 18 November 2022. Questions received after that date will be answered at the discretion of the Contracting Officer. Quotes are due at 12:00 PM CST on Tuesday, 6 December 2022. In the event that the www.sam.gov portal is down or an offeror cannot post their quotes, send an email with the quotation to the following individual SMSgt Benjamin B. Yeutson at benjamin.yeutson @us.af.mil. Please make quotes good until midnight on 31 December 2022. Emailed quotes are preferred. NO FACSIMILE QUOTES ARE ACCEPTED.





PLEASE NOTE:



Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.





Interested offerors must be registered in the System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM. You will need your DUNS number to register. Instructions for registering are on the web page.





(xvi) Information regarding the solicitation may be directed to the point of contact noted above.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO DODAAC FOR ILANG DO NOT DELETE 2418 S MUSTANG ST BLDG 728
  • GREATER PEORIA AIRPOR , IL 61607-5004
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >