Skip to main content

An official website of the United States government

You have 2 new alerts

R4--OPTION - Air Force Engineer Support Services

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 13, 2022 05:07 pm EST
  • Original Date Offers Due: Feb 17, 2022 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 16, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    See Place of Performance.

Description

Bids are being solicited under solicitation number W911S8-22-T-5502. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to https://marketplace.unisonglobal.com and reference Buy No. 1090820.

GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov.

This requirement is an Women-Owned Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2022-02-17 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be in the Place of Performance.

The MICC Joint Base Lewis McChord requires the following items, Meet or Exceed, to the following:
Base Period of Performance: 03/01/2022 - 02/28/2023
LI 001: Civil Engineer Providing Support to Engineering Project Developments, Engineering Program and Planning Developments, and Requirements & Optimization (R&O) Planning, Execution, & Data Management services. See PWS part 5 for specific tasks associated with this contract, 12, months;
Option 1 Period of Performance: 03/01/2023 - 02/29/2024
LI 001: Civil Engineer Providing Support to Engineering Project Developments, Engineering Program and Planning Developments, and Requirements & Optimization (R&O) Planning, Execution, & Data Management services. See PWS part 5 for specific tasks associated with this contract, 12, months;
Option 2 Period of Performance: 03/01/2024 - 02/28/2025
LI 001: Civil Engineer Providing Support to Engineering Project Developments, Engineering Program and Planning Developments, and Requirements & Optimization (R&O) Planning, Execution, & Data Management services. See PWS part 5 for specific tasks associated with this contract, 12, months;
Option 3 Period of Performance: 03/01/2025 - 02/28/2026
LI 001: Civil Engineer Providing Support to Engineering Project Developments, Engineering Program and Planning Developments, and Requirements & Optimization (R&O) Planning, Execution, & Data Management services. See PWS part 5 for specific tasks associated with this contract, 12, months;
Option 4 Period of Performance: 03/01/2026 - 02/28/2027
LI 001: Civil Engineer Providing Support to Engineering Project Developments, Engineering Program and Planning Developments, and Requirements & Optimization (R&O) Planning, Execution, & Data Management services. See PWS part 5 for specific tasks associated with this contract, 12, months;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC Joint Base Lewis McChord intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Joint Base Lewis McChord is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, contact Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

The contractor shall not hire any individual to perform work on Joint Base Lewis-McChord or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Joint Base Lewis-McChord or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner.

The contract price includes all applicable Federal, state, and local taxes and duties.

Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this award.

The contractor shall not make news releases or otherwise provide information relative to the performance of this contract or information relative to any incident occurring on JBLM without prior approval of the Contracting Officer.

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration

(a)The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 30 Months

This contract will be performed at Joint Base Lewis McChord. See PWS 1.6.4

In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acce ptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes.

The government intends to award all associated CLINs as Firm Fixed Price

Contact Information

Contracting Office Address

  • DIRECTORATE OF CONTRACTING BLDG 2015 4TH ST BOX 339500 MS 19
  • JOINT BASE LEWIS MCCH , WA 98433-9500
  • USA

Primary Point of Contact

Secondary Point of Contact





History