Illinois Bids > Bid Detail

NDC Preventative Maintenance for Various Warehouse Equipment Systems

Agency: TREASURY, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159708968845570
Posted Date: Nov 15, 2022
Due Date: Nov 30, 2022
Solicitation No: 5000155648
Source: https://sam.gov/opp/3762ddf841...
Follow
NDC Preventative Maintenance for Various Warehouse Equipment Systems
Active
Contract Opportunity
Notice ID
5000155648
Related Notice
Department/Ind. Agency
TREASURY, DEPARTMENT OF THE
Sub-tier
INTERNAL REVENUE SERVICE
Office
MIDWEST REGION
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 15, 2022 01:42 pm CST
  • Original Date Offers Due: Nov 30, 2022 02:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 15, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Bloomington , IL 61705
    USA
Description

The National Distribution Center (NDC) of the Internal Revenue Service (IRS), hereinafter referred to as the "Government," intends to solicit and award a Firm Fixed Price contract for preventive maintenance for various warehouse equipment. Multiple awards will not be made. The Contractor shall perform quarterly (in March, June, September, and December) on-site preventive maintenance of the various Warehouse Equipment Systems in accordance with the procedures recommended in the manufacturer’s published specifications. In no event shall more than three months elapse between preventative maintenance visits. Preventive maintenance shall include inspecting (visual, operational and safety), cleaning (internally and externally), lubricating, testing, calibrating, watering batteries and adjusting all functions/systems (including manual/automatic functions and electrical/mechanical/hydraulic/pneumatical systems) of each unit as necessary to maintain the equipment in good operating condition in accordance with the manufacturer’s product performance specifications. Inspections shall include equipment motors, drive units/transmissions, brakes, steering components, masts and lift cylinders, wheels, oil/grease in gearboxes, roller chains, control cables, bearings, grippers, gears, cams, fork side shift and tilt cylinders, valves, breakers/fuses, circuit boards, wiring harnesses, actuators, microswitches, battery, single-point watering systems (including water level indicators), cables, connectors, compound trays, vent valves, cell covers and any other component requiring maintenance or repair. The Contractor shall provide quarterly inspection/maintenance checklists for each piece of equipment.



This is a combined synopsis/solicitation prepared in accordance with the format found in FAR 13.105 and as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested.



This requirement is set-aside for small businesses. The North American Industry Classification System Code (NAICS) for this acquisition is 811310. The small business size standard is $11M.



This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08. The PSC code for this requirement will be J039.



Place of Performance: 2525 Revenue Drive, Bloomington, IL 61705-2500



VENDOR INSTRUCTIONS




  1. PRICING: Please include a breakout of unit price, and total price for each item.






  1. OPEN MARKET: All items shall be priced using open market pricing.






  1. SHIPPING AND HANDLING: Total proposed price shall include all shipping and handling, if applicable.






  1. WARRANTY: The vendor’s commercial warranty shall apply and should be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedure, if applicable.






  1. CANCELLATION: The Government reserves the right to cancel this solicitation, with no obligation to the vendors by the Government.






  1. All quotes must remain valid for 90 days after submission.






  1. QUESTIONS: All solicitation questions must be received no later than 18 November 2022, 1:00 p.m. Central Standard Time (CST) to the email identified below.






  1. CLOSING DATE AND TIME: In accordance with FAR 12.603(a)(3)(ii), Offers are due no later than 30 November 2022, 2:00 p.m. Central Standard Time (CST) to the email identified below.






  1. SYSTEM FOR AWARD MANAGEMENT: Vendors must be approved and registered in System for Award Management (www.sam.gov) by the proposal closing date. No contract award shall be made to any contractor that is not registered in the System for Award Management.






  1. SUBMISSION INFORMATION: All responsible sources may submit a response to Aundra Rhone-Jones, via email aundra.m.rhone-jones@irs.gov. No telephone responses will be accepted.





EVALUATION FACTORS AND CONTRACT AWARD



The Government will award a contract resulting from this request for quotes to the responsible offeror whose quote conforms to this Request for Quote. Award will be made to the lowest priced technically acceptable (LPTA) offeror who meets the requirement for all line items and required delivery date.





OFFEROR REPRESENTATIONS AND CERTIFICATION



Offerors are required to submit a complete copy of FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, with their offer, or indicate an electronic copy is available on the SAM website.





Funds are not presently available for this contract action. The government’s obligation under this contract is contingent upon the availability of appropriate funds from which payment for contract purposes can be made.














Attachments/Links
Contact Information
Contracting Office Address
  • CHICAGO IL 60606
  • CHICAGO , IL 60606
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 15, 2022 01:42 pm CSTCombined Synopsis/Solicitation (Original)

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 >