SOLICITATION NOTICE
J -- Generator Maintenance Services - Fort Devens, MA
- Notice Date
- 5/29/2025 8:36:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-25-R-A071
- Response Due
- 6/2/2025 11:00:00 AM
- Archive Date
- 06/17/2025
- Point of Contact
- Mitchell E Douglas, Jasmyne Peterson, Contracting Officer
- E-Mail Address
-
mitchell.e.douglas.civ@army.mil, Jasmyne.C.Peterson.civ@army.mil
(mitchell.e.douglas.civ@army.mil, Jasmyne.C.Peterson.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ***THIS REQUIREMENT IS A 100% SMALL BUSINESS SET ASIDE IN ACCORDANCE WITH FAR 19.502-2*** ***THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS IN ACCORDANCE WITH FAR CLAUSE 52.232-18*** This is a combined synopsis/solicitation for commercial services in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. The purpose of this solicitation is for the procurement of Generator Maintenance Services in support of the United States Army Garrison (USAG) Devens Reserve Forces Training Area (DRFTA), Directorate of Public Works (DPW). Services shall be performed at multiple locations on Fort Devens, MA 01434. 2. The Government intends to solicit and award a Firm Fixed Price (FFP) contract. The period of performance for this effort shall be one (1) 12-month Base Period and four (4) 12-month Option Periods. 3. See Federal Acquisition Regulation (FAR) 52.212-1 ""Instructions To Offerors"", FAR 52.212-1 ""Addendum For Instructions To Offerors"", FAR 52.212-2 ""Addendum For Evaluation Criteria"" and FAR 52.212-4 ""Addendum for Contract Terms And Conditions - Commercial Products and Commercial Services. 4. A site visit will be available on FRIDAY, 16 MAY 2025 from 10:00AM EST to 11:00AM EST. All requests shall be submitted via email to the Engineer Technician, Paul Lavoie, paul.a.lavoie3.civ@army.mil, On site POC, david.a.mccrillis.civ@army.mil the Contract Specialist, Mitchell Douglas at Mitchell.e.douglas.civ@army.mil, and the Contracting Officer, Jasmyne Peterson at jasmyne.c.peterson.civ@army.mil. Visitors must have a valid driver's license or state issued identification. An installation access request form shall be completed and sent to the aforementioned POCs no later than TUESDAY, 13 MAY 2025 by 4:00PM. The installation site visit request form can be found at https://home.army.mil/devens/Misson% 20and%20Vision/visitor-information. In no way shall failure to inspect the site constitute a grounds for claim after award. 5. Questions regarding the solicitation shall be issued via email no later than 4:00PM EST, TUESDAY, 20 May 2025 to the Contract Specialist, Mitchell Douglas at mitchell.e.douglas.civ@army.mil, and the Contracting Officer, Jasmyne Peterson at jasmyne.c.peterson.civ@army.mil . 6. All work shall be performed in accordance with Attachment 0001 - Performance Work Statement. 7. All offers shall remain valid for 120 calendar days. 8. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. Steps to register can be found at https://www.SAM.gov. 9. COMPLETING A QUOTE FOR SUBMITTAL: a. Quotes are due no later than the date and time listed in the Standard Form (SF) 1449, Block 8, and shall be submitted via email to the Contract Specialist, Mitchell Douglas at mitchell.e.douglas.civ@army.mil, and the Contracting Officer, Jasmyne Peterson at jasmyne.c.peterson.civ@army. mil. Updates to this solicitation will be posted on the SAM website (https://www.SAM.gov/). b. CAGE, Unique Entity Identified (UEI), Federal Tax Identification Number (TIN), and any small business preference or socioeconomic concern (such as 8(a) certified, HUBZone certified, Women-Owned Small Business/Economically Disadvantaged Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business) under the applicable NAICS code, see block SF1449, Block 10. c. The Offerors shall submit a price for each FFP Contract Line Item Number (CLIN) for the base period and option periods on the SF1449 Continuation Sheets of the solicitation. Offerors are required to complete blocks 12, 17, and 30. Offerors are required to submit a signed SF1449 (Blocks 30a through 30c). In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation. d. Provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. The offeror shall identify those individuals authorized to negotiate with the Government. e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price. f. The Contractor shall submit with its offer, the Prime Contractor's valid Certificate of Insurance in accordance with the requirements and applicable insurance amounts set forth within the solicitation at FAR 52.228-5, Insurance - Work on a Government Installation,"" and ""Insurance Requirements"" listed below. g. The offeror shall complete all ""fill-ins"" in provisions and clauses that apply to the response to this solicitation. h. Failure to provide any applicable information required by this solicitation may result in the offeror being deemed non-responsive and ineligible for award. i. The Offeror shall complete attachment, Standard Form LLL, ""Disclosure of Lobbying Activities"" if applicable. ___________AMENDMENT 0001__________ The purpose of Amendment 0001 is as follows: 1. To extend the submission date for questions: FROM: 4:00PM EST, TUESDAY, 20 MAY 2025 TO: 4:00PM EST, WEDNESDAY, 28 MAY 2025 2. To extend the response date to this solicitation: FROM: 2:00PM EST, MONDAY, 26 MAY 2025 TO: 2:00PM EST, MONDAY, 2 JUNE 2025 __________AMENDMENT 0002__________ THE PURPOSE OF AMENDMENT 0002 TO SOLICITATION W15QKN-25-R-A071 IS TO PROVIDE INDUSTRY SUBMITTED QUESTIONS AND ANSWERS. SEE ATTACHMENT 0003 - QUESTIONS & ANSWERS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/22b30fff3f2b46d6883ab11e126525fd/view)
- Place of Performance
- Address: Devens, MA 01434, USA
- Zip Code: 01434
- Country: USA
- Zip Code: 01434
- Record
- SN07459375-F 20250531/250529230046 (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 |