Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

J -- Material Handling Equipment (MHE) & Industrial Equipment (IE), USACE Los Angeles District

Notice Date
9/20/2021 11:38:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL21Q0012
 
Response Due
9/27/2021 2:00:00 PM
 
Archive Date
10/12/2021
 
Point of Contact
Dominic M. Pebenito, Phone: 2134523243, Christina M. Chavez, Phone: 2134523246
 
E-Mail Address
Dominic.M.Pebenito@usace.army.mil, christina.chavez@usace.army.mil
(Dominic.M.Pebenito@usace.army.mil, christina.chavez@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items 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: quotations are being requested and a written solicitation will only be issued via SAM.gov. PROJECT DESCRIPTION: Material Handling Equipment (MHE) & Industrial Equipment (IE), USACE Los Angeles District The Contractor shall furnish all towing, labor, equipment, tools, supplies, repair parts, and other materials necessary to ensure that maintenance services are performed timely and effectively as described in the PWS within the US Army Corps of Engineers (USACE), Los Angeles District Facilities; Los Angeles County Drainage Area (LACDA), Santa Ana River Basin (SARB), Mojave Dam, CA., Alamo Lake Dam, Painted Rock Dam and Whitlow Ranch Dam in AZ, Pines Canyon Dam and Mathews Canyon Dam in NV. These Facilities, Dams and Flood Control Basins (FCB) are located in the counties of Los Angeles, Orange, San Bernardino and Riverside within California. Maricopa, la Paz/Mohave, and Pinal Counties in Arizona and Lincoln County in Nevada.� Preventive Maintenance & Inspection (PMI), Repairs and towing of equipment will be performed as described in the PWS.� Also, load tests and safety inspections on all overhead cranes, hoists, forklifts and man-lifts are annually required IAW manufacturers recommendations.� Delivery of material & parts as requested will also be provided in such a manner that will support the O&M requirements of equipment serviceability. There will be Five Levels of service requirements type work associated with this procurement: Level I and Level II. Level I consists of Annual Maintenance and Inspection (PM&I) services to include Test and Certification Services (T&C), will be a Firm-Fixed-Price schedule over the contract life as part of the maintenance responsibility of the Corps of Engineers. Service requirements above the routine maintenance Level I will be considered Level II and will be established for nonrecurring services, also extensive maintenance services requested by the government to address equipment maintenance that are routinely utilized, examples such as: extensive maintenance are 50K Miles recommended hydraulic system service, 90K miles transmission oil replacement, etc.� Level III consist of Towing Services for breakdown of equipment to/from facilities or roads, Towing Services will be a Firm Fixed Price under this contract.� Level IV consists of Repair Services of Equipment, parts delivery, and installation-labor to repair either MHE or IE units. The Contractor will provide Level IV repair estimates at no cost to the Government for all MHE and IE units.� Level IV repair requirements may be caused by component age, fair wear and tear, environment or operator error.� Level V consists of Parts/material Delivery Purchases for related parts and material required for MHE-IE operation and routine maintenance. Period of Performance:� 1 Base year and 4 (one options years) PROCUREMENT SET-ASIDE: This acquisition is 100% Small Business set-aside. The North American Industry Classification Code (NAICS) is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and maintenance Automotive Rep, with a size standard of $8,000,000. �Interested Firms must be considered small business for the designated NAICS in SAM.gov website. � The PSC is J024 - MAINT/REPAIR/REBUILD OF EQUIPMENT- TRACTORS SELECTION PROCESS: This procurement will be conducted in accordance with FAR 13.106-2(b)(3), the government will conduct a comparative evaluation of quotations based on price and other non-price factors. Each response must at minimum meet the solicitation requirement statement. Responses may exceed requirement. The government reserves the right to select a quotation that provides a benefit to the government that exceeds the minimum requirement; but is not required to do so. The government is not requesting or accepting alternates. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and provides the best benefit to the Government, price, past performance, and other factors considered (contractor�s quality control � work plan). CONTRACT TYPE: The government will award a firm fixed priced commercial services contract. SAM.GOV: The Solicitations and all attachments and exhibits will not be provided in hard copy. The solicitation and amendments will be posted on https://sam.gov/content/home. Solicitation W912PL21Q0012 and all� amendments for this acquisition will be posted on https://sam.gov/content/home. THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE�INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from�https://sam.gov/content/home will require registration in System for Award Management (SAM). If you are a first time SAM user, you will be required to register in https://sam.gov/content/home prior to accessing�the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, E-mail address. Once registered with SAM.GOV, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with SAM.GOV, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at https://sam.gov/content/home SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION REQUIREMENT: Offerors shall have and shall maintain an active registration in the SAM database at https://sam.gov/content/home to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY -SAM.GOV � FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE�DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/891deecd43d04bce9547ff8479db9ebc/view)
 
Place of Performance
Address: South El Monte, CA, USA
Country: USA
 
Record
SN06138250-F 20210922/210920230115 (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.