Skip to main content

An official website of the United States government

You have 2 new alerts

J--OPTION - 193rd CES Generator Maintenance

info alert

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: Jan 12, 2022 12:06 pm EST
  • Original Date Offers Due: Feb 02, 2022 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 01, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J049 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    78 Mustang Alley Middletown , PA 17057
    USA

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W50S92-22-Q-9002 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.50M. This requirement is a 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:

2022-02-02 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Middletown, PA 17057

The National Guard - Pennsylvania requires the following items, Meet or Exceed, to the following:
Base Period of Performance: 02/21/2022 - 02/20/2023
LI 001: Base Generator Maintenance (Base Year), 1, EA;
Option 1 Period of Performance: 02/21/2023 - 02/20/2024
LI 001: Base Generator Maintenance (Option Year 1), 1, EA;
Option 2 Period of Performance: 02/21/2024 - 02/20/2025
LI 001: Base Generator Maintenance (Option Year 2), 1, EA;
Option 3 Period of Performance: 02/21/2025 - 02/20/2026
LI 001: Base Generator Maintenance (Option Year 3), 1, EA;
Option 4 Period of Performance: 02/21/2026 - 02/20/2027
LI 001: Base Generator Maintenance (Option Year 4), 1, EA;
LI 002: Base Generator Maintenance (6 month Government Extension FAR 52.217-8), 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, National Guard - Pennsylvania 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. National Guard - Pennsylvania 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.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Bid MUST be good for 30 calendar days after close of Buy.

Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

A site visit will be held on 19 January 2022 at 2:00PM. The location will be 78 Mustang Alley Middletown, PA 17057. All contractors will sign in at the site visit and will be required to wear a mask while indoors. There will be a short explanation of the project and interested contractors will be able to view the equipment. If you plan to attend the site visit, you shall submit the following information to Mr. Carl Slough via email, carl.slough.3@us.af.mil, no later than 2 days prior to the visit (19 January 2022 by 4:00pm). Contractors shall provide the following information in your email: Name, Company, date of arrival and arrival time.

Please reference attached Provisions and Clauses as well as the applicable Wage Rate Determinations. Full provision and clause verbiage can be found on www.acquisition.gov

Please note all contractors must provide a completed Form 889 (attached) or provide confirmation of updated FAR clauses in SAM.gov, with the submission of your quote.

Upon your arrival to the installation, you will be required to leave your window up. You will then be shown the following questions and will be asked to give an appropriate hand gesture, in response. If your response to either question is yes, you will not be permitted entry to the base. 1.Are you currently experiencing any of the following symptoms: • Fever or chills • Cough • Shortness of breath • Fatigue • Muscle or body aches • Headache • New loss of taste/smell • Sore throat • Congestion/runny nose • Nausea/vomiting • Diarrhea 2.Have you been in contact with a known positive COVID-19 person in the last 14 days?

Contact Information

Contracting Office Address

  • KO FOR PAARNG DO NOT DELETE BLDG 0 48 FISHER AVE DMVA
  • ANNVILLE , PA 17003-5002
  • USA

Primary Point of Contact

Secondary Point of Contact





History