Skip to main content

An official website of the United States government

You have 2 new alerts

W519TC-25-Q-STOK Rigging, Crane and Material Handling Support to Relocate Stoke Press

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: Apr 08, 2025 03:20 pm CDT
  • Original Date Offers Due: May 08, 2025 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 23, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • Place of Performance:
    Crane , IN 47522
    USA

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a formal solicitation will NOT be issued.

Army Contracting Command – Rock Island (ACC-RI) is issuing a solicitation for a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC25QSTOK for Rigging, Crane and Material Handling Support to Relocate a Stokes Press in support of Crane Army Ammunition Activity (CAAA).

The NAICS code for this procurement is 238290 Other Building Equipment Contractors. The small business size standard for this NAICS is $22,000,000. The Product Service Code is Z2JZ Repair or Alteration of Miscellaneous Buildings.

Offerors must be registered within the System for Award Management (SAM) database at time of response to this solicitation. The website for SAM is https://www.sam.gov/.

ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL

Description:

Please see attachment 0002 – Pricing Matrix for CLIN structure.

**See Attachment 0001 – Performance Work Statement (PWS) – Rigging Relocation of Stokes Press PWS, 03APRIL2025.

TYPE OF ACQUISITION AND CONTRACT

Award will be made using Lowest Price Technically Acceptable (LPTA), resulting in a single award Firm Fixed Price Contract.

PLACE OF PERFORMANCE

Performance will be FOB Destination at the following:

300 Highway 361

Crane IN 47522

Bldg 104

PROPOSAL SUBMISSION REQUIREMENTS

Offerors shall submit the following in response to this solicitation:

Price – Offerors must submit Completed Price Matrix at Attachment 0002. All sections shall be completed. Prices shall be stated to 2 decimal places.

Completed Provision at Attachment 0003 – FAR 52.204-24, paragraph (d)(1) and (d)(2).

Completed Provision at Attachment 0004 – FAR 52.212-3 Alt 1, paragraph (b) only.

Complete a MANDATORY onsite visit.

PART ONE: EVALUATION FACTOR 1- TECHNICAL

All the requested items are provided in the quote presented by the offeror. The items presented should match the technical specifications and work provided in the PWS (Attachment 0001) and not to exceed quantity. All offerors will complete a site visit as described below:

SITE VISIT

Due to the sophisticated nature of the requirement, a site visit will be required from all prospective bidders during the solicitation stage. This will ensure the bidder is aware of the location and any special considerations needed to complete the tasks outlined. No site photos will be allowed or provided for this project.

Please be advised that a mandatory onsite visit is required as part of the evaluation process. This visit is scheduled for Tuesday, April 22nd, 2025 at 1:00pm CST. Attendance is required for all offerors. Please plan accordingly, as this date is firm, and NO alternative dates or accommodations will be available. Failure to attend will result in disqualification from further consideration.  

Those that will be in attendance, please forward the following information for the person attending the site visit to Dustin Sexton, dustin.p.sexton.civ@army.mil and put “Site Visit Information for W519TC-25-Q-STOK” in the subject line:

  1. Last Name, First Name and Middle Initial
  2. Email
  3. Phone
  4. Company Name
  5. Reason for Visit
  6. Date of Visit
  7. Foreign National ; Yes or No
  8. Nationality

Please submit the above information NLT Thursday, 17 APRIL 2025 1:00PM CST.

PART TWO: EVALUATION FACTOR 2 – PRICE

Quoters shall adhere to the Instructions on the Government provided Price Matrix

(Attachment 0002) and fully complete ALL required fields.

BASIS FOR AWARD

The Government anticipates one (1) Award to the offeror whose quote provides the best value to the Government using a Lowest Price Technically Acceptable (LPTA) approach.

1. This order will be awarded on the basis of technical acceptability, price, and completed site visit.

2. The basis for technical acceptance is whether all the requested items are provided in the quote presented by the offeror. The items presented should match the technical specifications and not to exceed quantity.

3. Following, the determination of technical acceptance, the lowest price of the technically acceptable quotes and completed site visit will receive the award.

4. In accordance with Far 52.212-1(g), quotations are intended to be evaluated and the award made, without discussions, unless discussions are determined necessary.

5. Total Price is calculated as the sum of all CLINs added together.

EVALUATION CRITERIA

The Government will evaluate Quotations as follows:

FACTOR 1: TECHNICAL:

The Government will evaluate Factor 1, Technical, using the following criteria:

Demonstration of a clear understanding of the requirements and deliverables, and on the Offeror’s expressed ability to successfully perform.

If the Quotation sufficiently demonstrates a clear understanding and ability to perform the requirement, then the Government will accept without further explanation that the contractor can perform all PWS requirements. The Quoter may discuss non-critical requirements. However, if the Quoter provides statements which cause the Government to question the Quoter’s ability to perform those non-critical requirements, such statements will be evaluated accordingly.

FACTOR 2:

PRICE

The Government will evaluate Factor 2 – Price, for the following:

Compliance: Quotations will be evaluated for compliance based upon the submission requirements contained in the solicitation.

Price Reasonableness: The Quoter’s Price Quotation will be evaluated to determine reasonableness. In accordance with FAR 31.201-3, a price is reasonable if, in its nature and amount, does not exceed that which would be incurred by a prudent person in conduct of competitive business.

Total Price is calculated as the sum of all CLINs added together

LISTING OF ATTACHMENTS

Attachment 0001 – Rigging Relocation of Stokes Press PWS, dated 03APR2025

Attachment 0002 - Pricing Matrix

Attachment 0003 - FAR 52.204-24 Provision

Attachment 0004 - FAR 52.212-3 Alt 1 provision

Attachment 0005 – Wage Determination

Attachment 0006 - Provisions and Clauses

DEADLINE FOR SUBMISSION

Offers are due on 08 May 2025 no later than 1:00 PM Central Time.

Offers shall be submitted in the following way:

Electronically via email to the Contract Specialist, Dustin Sexton, dustin.p.sexton.civ@army.mil and Contracting Officer, Bryce Willett, Bryce.t.willett.civ@army.mil. Offerors shall include “W519TC25QSTOK Response – [InsertOfferor’s Name]” within the Subject line.

QUESTIONS

Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer listed above.

**Note: Interested offerors must submit any questions concerning this solicitation no later than 29 April 2025, to enable the Buyer to respond. Questions not received prior to 29 April 2025 will not be considered. If needed, a final amendment will be submitted by 01 MAY 2025.

End of Addendum 52.212-1

Contact Information

Contracting Office Address

  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Apr 08, 2025 03:20 pm CDTCombined Synopsis/Solicitation (Original)