J--OPTION - HVAC Maintenance and Repair
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: May 24, 2022 04:00 pm EDT
- Original Date Offers Due: Jun 24, 2022 02:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Dec 21, 2022
- Initiative:
- None
Classification
- Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
- NAICS Code:
- 238220 - Plumbing, Heating, and Air-Conditioning Contractors
- Place of Performance: See Statement of Work.
Description
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:
2022-06-24 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be in the Statement of Work.
The MICC Joint Base Lewis McChord requires the following items, Purchase Description Determined by Line Item, to the following:
Base Period of Performance: 08/01/2022 - 07/31/2023
LI 001: Initial assessment, 1, EA;
LI 002: Full service maintenance & repair, 1, EA;
LI 003: Semi-annual maintenance & repair, 1, EA;
LI 004: Service Calls, 1, EA;
LI 005: Emergency inspections & repairs, 1, EA;
LI 006: Over & above, 1, EA;
Option 1 Period of Performance: 08/01/2023 - 07/31/2024
LI 001: Full service maintenance & repair, 1, EA;
LI 002: Semi-annual maintenance & repair, 1, EA;
LI 003: Service Calls, 1, EA;
LI 004: Emergency inspections & repairs, 1, EA;
LI 005: Over & above, 1, EA;
Option 2 Period of Performance: 08/01/2024 - 07/31/2025
LI 001: Full service maintenance & repair, 1, EA;
LI 002: Semi-annual maintenance & repair, 1, EA;
LI 003: Service Calls, 1, EA;
LI 004: Emergency inspections & repairs, 1, EA;
LI 005: Over & above, 1, EA;
Solicitation and Buy Attachments
***Question Submission: Interested Offerers 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. An Offeror 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 vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers 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. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers 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 Offerers require additional clarification, notify the point of contact or 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.
In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found in the NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (238220, Plumbing, Heating and Air Conditioning Contractors) with an applicable small business size standard of $16.5 Mil.
The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof.
If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Timothy Greenwell, timothy.e.greenwell.civ@army.mil
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.
Quotes MUST be valid for 60 days after Request for Quote/solicitation’s closing date.
Questions concerning this solicitation must be submitted at least 7 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered.
Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace.
Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive.
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 acceptable. In order to be deemed technically acceptable, the quoter/offeror must submit proof of Electrical Licenses and Certifications as referenced in the PWS, Section 2 - Description of Services, paragraph 2.12. 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. 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 will host a site visit from 0900-1130 PST on Tuesday, June 14, 2022. Potential vendors must register via email with Kristen Carter @ kristen.d.carter6.civ@army.mil no later than 2PM PST on June 13, 2022. Personal Protective Equipment (PPE) is recommended but not required. Vendors are responsible for providing their own PPE. Potential vendors requiring post access assistance should contact 1LT Adrian Ott via email @ adrian.j.ott.mil@socom.mil no later than 2PM PST on Monday, June 13, 2022. Cell phone or camera may be permitted during the site visit and the requiring unit may request inspect all photographs prior to departure. All questions that arise from the site visit will be submitted NLT Thursday, June 16, 2022 via the Unison Marketplace. Site Visit Location: Building 3486 3rd Division Drive, Joint Base Lewis- McChord, (JBLM), Washington 98433
Attachments/Links
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
- Name: Marketplace Support
- MarketplaceSupport@unisonglobal.com
- Phone Number Phone: 1.877.933.3243
Secondary Point of Contact
History
- Dec 21, 2022 11:56 pm ESTCombined Synopsis/Solicitation (Updated)
- May 24, 2022 04:00 pm EDTCombined Synopsis/Solicitation (Original)