Ohio Bids > Bid Detail

CSC-23502 - DSCC Elevator Service and Maintenance

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159774712751052
Posted Date: May 3, 2023
Due Date: Jun 2, 2023
Solicitation No: SP4702-23-R-0005
Source: https://sam.gov/opp/c4ce223f70...
Follow
CSC-23502 - DSCC Elevator Service and Maintenance
Active
Contract Opportunity
Notice ID
SP4702-23-R-0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DCSO
Sub Command
DCSO COLUMBUS
Office
DCSO COLUMBUS-DIVISION-1
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 03, 2023 04:44 pm EDT
  • Original Date Offers Due: Jun 02, 2023 04:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J035 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Columbus , OH 43218
    USA
Description

(1) ACTION CODE:



Purchase Requisition (PR): 7001875300



Funds Requisition (FR): 200169657



- Ledger: 61002540



- WBS: P.2023.00490.001



- Cost Center: 3000012





(2) DATE: May 03, 2023





(3) YEAR: 2023





(4) CONTRACTING OFFICE ZIP CODE: 43218-3990





(5) PSC: J035 - Maintenance/Repair/Rebuild of Equipment –



Industrial Products Install/Maintenance/Repair





(6) CONTRACTING OFFICE ADDRESS:





DLA Contracting Services Office - Columbus Division 1



P.O. Box 3990



Columbus, Ohio 43218-3990





(7) SUBJECT: Project CSC-23502, DSCC Elevator Service and



Maintenance





(8) SOLICITATION NUMBER: SP4702-23-R-0005





(9) CLOSING RESPONSE DATE: June 02, 2023





(10) CONTACT POINT OR CONTRACTING OFFICER:





Zoryanna P. Siemer, Contract Specialist



zoryanna.siemer@dla.mil, (614) 692-2222





Eric F. Heil, Contracting Officer



eric.heil@dla.mil, (614) 623-2528





(11) CONTRACT AWARD NUMBER: TBD





(12) CONTRACT AWARD DOLLAR AMOUNT: TBD





(13) LINE ITEM NUMBERS: 0001, 0002, 0003, 1001, 1002, 1003, 2001, 2002, and 2003





(14) CONTRACT AWARD DATE: TBD





(15) CONTRACTOR: TBD





(16) DESCRIPTION:





Project CSC-23502, DSCC Elevator Service and Maintenance: DLA Installation Management Columbus requires services supporting the preventive maintenance, emergency troubleshooting, service repairs, and third-party inspection of the site elevators and wheelchair lifts on the Defense Supply Center Columbus (DSCC) in order to ensure the continued safe use of the equipment. The equipment to be maintained/serviced as a part of this intended contract are twelve (12) passenger traction-type elevators, three (3) passenger hydraulic-type elevators, two (2) service elevators, two (2) freight elevators, and two (2) wheelchair lifts. See Attachment 2-Performance Work Statement for the scope of services required under this intended contract.





This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, 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. This combined synopsis/solicitation reference # SP4702-23-R-0005, is being issued as a request for proposal (RFP). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02, effective March 16, 2023. This combined synopsis/solicitation is being solicited unrestricted (full and open competition) using the NAICS code of 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, which has a size standard of $12.5M. The period of performance of the intended contract will include a base period of 12 months, with two (2) 12-month option periods. The Government intends to award a single award contract for elevator and wheelchair lift service and maintenance to the offeror that provides the lowest price technically acceptable offer to the United States Government. Potential offerors are hereby notified that this notice and subsequent amendments to the notice will only be available by downloading the documents at the SAM.gov Website at http://www.sam.gov. This office will not issue hard copy solicitations. By submitting a response to this notice, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. In addition, FAR Part 12 “Acquisition of Commercial Products and Commercial Services”, FAR Part 15 "Contracting by Negotiation", and Part 37, “Service Contracting” regulations and procedures will be utilized.







Contract Line Item Numbers (CLINs) and Quantities (See Attachment 1-Section B):





CLINs 0001, 1001, and 2001 – Scheduled Preventive Maintenance of Elevators and Wheelchair Lifts



PSC/Material Code: J035/V00007096 “Maintenance, Repair, and Rebuilding of Service and Trade Equipment”



Unit of Issue: MO



QTY: 12.0



Period of Performance (PoP): 365 Days (Each Year)



FOB/Inspection/Acceptance: Destination



Pricing Terms: Firm-Fixed Price







CLINs 0002, 1002, and 2002 – Emergency Troubleshooting and Corrective Maintenance of Elevators and Wheelchair Lifts



PSC/Material Code: J035/V00007096 “Maintenance, Repair, and Rebuilding of Service and Trade Equipment”



Unit of Issue: UN



QTY: (“Not-to-Exceed” ceiling)



PoP: 365 Days (Each Year)



FOB/Inspection/Acceptance: Destination



Pricing Terms: Time & Materials







CLINs 0003, 1003, and 2003 – Third-Party Annual Inspection of Elevators and Wheelchair Lifts



PSC/Material Code: J035/V00007096 “Maintenance, Repair, and Rebuilding of Service and Trade Equipment”



Unit of Issue: JB



QTY: 1.0



PoP: 365 Days (Each Year)



FOB/Inspection/Acceptance: Destination



Pricing Terms: Firm-Fixed Price







Customer: DLA Installation Management, Columbus



Building 308, DSCC



P.O. BOX 3990



Columbus, Ohio 43218-3990







It is anticipated that a commercial contract will be awarded for the DSCC Elevator Service and Maintenance requirement as a result of this combined synopsis/solicitation notice. Award will be based on Lowest Price Technically Acceptable source selection procedures per FAR 15.101-2(b)(1). The lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. The evaluation factors that establish the requirements of acceptability are set forth in this combined synopsis/solicitation notice within the clause at FAR 52.212-2. This combined synopsis/solicitation notice specifies that the award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.





HUBZONE ACQUISITION NOTES:



a) FAR 19.1307 Price Evaluation Preference for HUBZone Small Business Concerns included in the solicitation.



b) Per FAR 52.219-4 add a factor of 10 percent to the price of all offers.



c) When the two highest rated offerors are a HUBZone small business concern and a large business, if the offers are equal



after considering the price evaluation preference, the contracting officer shall award the contract to the HUBZone



small business concern.





The Provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition; with additional instructions to offerors included within this notice.





The provision at FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition; with the specific evaluation criteria included in paragraph (a) of the provision.





Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offeror OR confirm that the completed clause is included within its SAM.gov registration.





The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.





The Clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and can be found in full text in Attachment 3 of this combined synopsis/solicitation.





Proposals are due by 4:30 p.m. (EST) time on June 02, 2023. Electronic proposals must be submitted via e-mail to Zoryanna (Zoe) Siemer at zoryanna.siemer@dla.mil and Eric Heil at eric.heil@dla.mil. Facsimile proposals will not be accepted. Questions regarding this combined synopsis/solicitation notice may be directed to Zoryanna Siemer no later than May 22, 2023 before 12:00 p.m. (EST). Please identify the applicable performance work statement (PWS) paragraph number or notice and reference RFP # SP4702-23-R-0005 with each question. All questions regarding this combined synopsis/solicitation notice shall be submitted in writing via email to: zoryanna.siemer@dla.mil, eric.heil@dla.mil







(17) PLACE OF CONTRACT PERFORMANCE: Defense Supply Center Columbus





(18) SET-ASIDE STATUS: UNRESTRICTED











The following FAR, DFARS, and DLAD provisions and clauses are incorporated into this solicitation by reference:





DFARS 252.201-7000, Contracting Officer's Representative (DEC 1991)





DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011)





DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022)





DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022)





DFARS 252.204-7004, Antiterrorism Awareness Training for Contractors (JAN 2023)





DFARS 252.204-7008, Compliance with Safeguard Covered Defense Information Controls (OCT 2016)





DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023)





DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)





DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (MAY 2021)





DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 20213)





DFARS 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)





DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022)





DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)





DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (JAN 2023)





DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)





DFARS 252.232-7010, Levies on Contract Payments (DEC 2006)





DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023)





DFARS 252.242-7006, Accounting System Administration (DEC 2012)





DFARS 252.243-7002, Requests for Equitable Adjustment (DEC 2022)





DFARS 252.244-7000, Subcontracts for Commercial Products and Commercial Services (JAN 2023)





DFARS 252.244-7001, Contractor Purchasing System Administration (Alternate I) (MAY 2014)





DFARS 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System (JAN 2023)





DFARS 252.246-7008, Sources of Electronic Parts (MAY 2018)





FAR 52.204-7, System for Award Management (OCT 2018)





FAR 52.204-13, System for Award Management Maintenance (OCT 2018)





FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)





FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)





FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)





FAR 52.211-15, Defense Priority and Allocation Requirements (APR 2008)





FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (MAR 2023)





FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (DEC 2022)





FAR 52.223-5, Pollution Prevention and Right-to-Know Information (MAY 2011)





FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)





FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984)









The following FAR, DFARS, and DLAD provisions, notes, and clauses are incorporated into this solicitation in full text (See Attachment 3-Full Text Provisions and Clauses):





DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)





FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2011)





DLAD Procurement Note H14, Contractor Personal Security Requirements (JAN 2021)





FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018)





FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (NOV 2015)





FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021)





FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (DEC 2022)





FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Products and Commercial Services. (Alternate I) (OCT 2014)





FAR 52.212-4 ALT I, Contrate Terms and Conditions-Commercial Products and Commercial Services (Alternate I) (NOV 2021)





FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (DEC 2022)





DFARS 252.215-7008, Only One Offer (DEC 2022)





FAR 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Acquisitions (NOV 2021)





FAR 52.217-8, Option to Extend Services (NOV 1999)





FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000)





FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (DEC 2016)





FAR 52.229-11, Tax on Certain Foreign Procurements-Notice and Representation (JUN 2020)





DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (JAN 2023)





DLAD 5452.233-9001, Disputes – Agreement to Use Alternative Dispute Resolution (ADR) (JUN 2020)





DLAD Procurement Note L06, Agency Protests (DEC 2016)





DFARS 252.245-7004, Reporting, Reutilization, and Disposal (DEC 2017)





FAR 52.237-1, Site Visit (APR 1984)





DLAD Procurement Note C05, Changes to Key Personnel (OCT 2016)





FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)





FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998)









Other Acquisition Notes:





1. Selection of an offeror for contract award will be made on the basis of an assessment of each offeror’s response to this combined synopsis/solicitation notice. As a combined synopsis/solicitation notice based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, the Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The THREE (3) non-price evaluation factors for determination of technical and past performance acceptability consist of:





Factor 1 – Management Approach / Technical Service Acceptability



Factor 2 - Technical Qualifications of Proposed Staffing



Factor 3 - Past Performance Acceptability





2. The Service Act Wage Labor Rate Decisions WD 15-4729 (Rev. 22 / posted 12/27/2022) and WD 86-0233 (Rev. 49 / posted 01/12/2023) apply to this acquisition. (See Attachment 4–DOL Wage Rates and Determination)





3. Contractor must be registered in “System for Award Management” (SAM) before proposal submission. Check the following SAM website link for registration and/or SAM expiration date, www.sam.gov. Submit SAM’s certification with your proposal. Proposals and SAM certification dates must match. No award will be made to a Contractor not registered in the System for Award Management (SAM). In addition, the Contractor’s Representations and Certification must be listed in the SAM database. The Contractor must maintain an ACTIVE status in SAM prior to award and throughout the life of this contract. Invoices will be paid using the financial information provided in the Contractor’s SAM profile. Failure to keep an ACTIVE status may result in payment delays and other administrative delays.





4. DLA Installation Management–Columbus will host a site visit on Tuesday, May 16, 2023, at 10:00 am Eastern Standard Time (EST). This will be the only opportunity for prospective offerors to inspect the equipment and sites where the services are to be performed. No other site visit will be conducted after May 16, 2023 at 10:00 am EST; no exceptions. Offerors attending the site visit shall report to the DLA Installation Management–Columbus Engineering Services Branch, Building 308, Defense Supply Center Columbus (DSCC) at the date and start time specified. Please email Zoryanna Siemer and Eric Heil, at zoryanna.siemer@dla.mil and eric.heil@dla.mil respectively, with a list of attendees’ names no later than 48 hours prior to the site visit. See the clause at FAR 52.237-1, Site Visit, for the complete details (Attachment 3-Full Text Provisions and Clauses).





5. COMPLETE PROPOSAL INSTRUCTIONS





In addition to the requirements at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services, please note the following additional proposal submission instructions. Offerors shall provide the following seven (7) documents as a part of your proposal:





a. Cover Letter. Provide cover letter with a unique identification number (proposal number) for your offer. A Standard Form (SF) 1449 is not used in this combined synopsis/solicitation. Therefore, include a statement in the cover letter specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information; or reject the terms and conditions of the solicitation may be excluded from consideration. Include a certifying statement of the accuracy of the proposal and a signature by the principal of the firm/entity. (one (1) PDF document)





b. SAM Certifications. Provide evidence showing your company has an ACTIVE registered in SAM.gov. (one (1) PDF document)





c. Factor 1 – Management Approach / Technical Service Acceptability. Review FAR 52.212-2 for technical acceptability considerations. (one (1) PDF document)





d. Factor 2 - Technical Qualifications of Proposed Staffing. Review FAR 52.212-2 for technical acceptability considerations. (one (1) PDF document)





e. Factor 3 - Past Performance Acceptability. Review FAR 52.212-2 for acceptability considerations. (one (1) PDF document)





f. Factor 4 – Price. In addition to providing the completed Bid Form (Attachment 1-Section B), ensure that your price proposal includes enough details so that the contracting officer can make a fair and reasonable price determination. (one (1) PDF document)





g. If applicable, provide a HUBzone certification. (one (1) PDF document)





Proposals are due by 4:30 p.m. (EST) time on June 02, 2023. Electronic proposals must be submitted via e-mail to Zoryanna (Zoe) Siemer at zoryanna.siemer@dla.mil and Eric Heil at eric.heil@dla.mil. Facsimile proposals will not be accepted. Questions regarding this combined synopsis/solicitation notice may be directed to Zoryanna Siemer no later than May 22, 2023 before 12:00 p.m. (EST). Please identify the applicable performance work statement (PWS) paragraph number or notice and reference RFP # SP4702-23-R-0005 with each question. All questions regarding this combined synopsis/solicitation notice shall be submitted in writing via email to: zoryanna.siemer@dla.mil, eric.heil@dla.mil



NOTE: Proposal MUST be good for 60 calendar days after close of the notice.





6. Real ID ACT: Contractors shall read and comply with the below Real ID ACT before the Site Visit and proposal submission for this project. The Government will not be responsible for, postpone, or perform another Site Visit if the contractors are not in compliance with the Real ID ACT. For further details, see Attachment 6-Real ID ACT.





7. IMPORTANT NOTICE TO ALL CONTRACTORS: The Defense Supply Center Columbus (DSCC) installation prohibits all weapons from the workplace. All vehicles entering the DSCC installation are subject to inspection and any weapons found will be confiscated and owners/drivers may be subject to Federal Magistrate’s Court. This prohibition also applies to all concealed carry (CCW) permit holders.





Attachments:

1 - Section B



2 – Performance Work Statement

3 - Full Text Provisions and Clauses



4 – Department of Labor, Wage Rates and Determination.



5 - Defense Supply Center Columbus (DSCC) Map



6 - Real ID ACT










Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 03, 2023 04:44 pm EDTCombined 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 >