Skip to main content

An official website of the United States government

You have 2 new alerts

The Defense Commissary Agency (DeCA) has a recurring requirement for Preventive Maintenance (PM) and Unscheduled Repairs for Miscellaneous Food Processing (MFP) Equipment at stores located at Group 13 Mountain Home

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 (Updated)
  • Updated Published Date: Sep 06, 2024 01:53 pm EDT
  • Original Published Date: Aug 30, 2024 07:48 am EDT
  • Updated Date Offers Due: Sep 13, 2024 04:00 pm EDT
  • Original Date Offers Due: Sep 13, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 15, 2024
  • Original Inactive Date: Dec 15, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J073 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Mountain Home AFB , ID 83648
    USA

Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested and no other written solicitation will not be issued. Quotes shall reference solicitation number HQC004-24-Q-0067. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 dated May 22, /2024. The associated NAICS code is 811310 with a small business size standard of $12.5 million. The Government intends to award one firm fixed price contract for one base year and four one-year options. The options may be exercised at the discretion of the Government. This requirement is being solicited as 100% small business set-aside.

Description of Requirement: The Defense Commissary Agency (DeCA) has a recurring requirement for Preventive Maintenance (PM) and Unscheduled Repairs for Miscellaneous Food Processing (MFP) Equipment at stores located at Group 13 Mountain Home.  

The MFP equipment consists of mixer/grinders, meat conveyors, meat saws, ovens, proofers, meat choppers, meat tenderizers, meat slicers and rotisseries. The contractor will provide all labor, supervision, equipment tools, materials, transportation, permits and any other necessary items to keep MFP equipment operational. A firm fixed-price contract is contemplated for this requirement. There is no commitment by the Government to be responsible for any monies expended by industry responses to this RFQ

Period of Performance (POP): 

Base Year:  October 1, 2024 –September 30, 2025
Option Year One:  October 1, 2025 – September 30, 2026
Option Year Two:  October 1, 2026 – September 30, 2027
Option Year Three: October 1, 2027 – September 30, 2028
Option Year Four: October 1, 2028 – September 30, 2029
    
Contract Line Items (CLINs) – See attached Excel Spreadsheet to submit pricing.
52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) applies to this acquisition.
52.212-2, Evaluation-Commercial Products and Commercial Services (N0V 2021).
 Award will be made to the responsible Offeror whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below.  
(i)    Technical Acceptability of Service 
(ii)    Price
(iii)    Past performance
Technical acceptability:  Each offeror shall submit a technical offer, including attachments.  It is imperative that your written technical offer addresses the evaluation factors outlined below in FAR 52.212-2.  The narrative must be written in a clear, concise fashion, describing the technical experience of technicians and how the offeror proposes to perform the requirements stated in the Performance Work Statement (PWS). 

Please respond to the following:
•    Provide a brief narrative, not to exceed 3 pages, explaining how your company intends to perform the
                standards prescribed in Section 3 of the PWS.
•    Provide a brief narrative, not to exceed 3 pages, explaining how your service technicians have a sound
                mechanical aptitude, ability, and an extensive working knowledge of troubleshooting, diagnosis, and
                repairing the equipment listed in PWS Section 1.2 D
 Price: Provide your best price foreach line item.  The price for PM’s will be quarterly and the price for Unscheduled Repairs to include parts, labor and travel will be Monthly.  Enter all pricing for the base and option years.    
Technical and past performance, when combined, are equally important to price.
Award will be made based on price and technical capability of the offeror.  Offeror will be determined to be technically acceptable if their proposed service meet the minimum requirements/standards outlined in the performance work statement
FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2022) must be completed and submitted with quote.
52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition.
52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (May 2024)

Additional Provisions, Contract Requirements, and Terms and Conditions
PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE


52.203-3    Gratuities    APR 1984    
52.203-6     Restrictions on Subcontractor Sales to the Government     JUN 2020    
52.203-12    Limitation on Payments to Influence Certain Federal Transactions    JUN 2020    
52.203-19     Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements     JAN 2017    
            
52.204-7     System for Award Management     OCT 2018      
52.204-10     Reporting Executive Compensation and First-Tier Subcontract Awards     JUN 2020      
52.204-13     System for Award Management Maintenance     OCT 2018     
52.204-19     Incorporation by Reference of Representations and Certifications.     DEC 2014     
52.204-23     Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities    DEC 2023    
52.204-25     Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment    NOV 2021    
52.209-10     Prohibition on Contracting with Inverted Domestic Corporations     NOV 2015      
52.219-6     Notice of Total Small Business Set-Aside     NOV 2020      
52.219-8    Utilization of Small Business Concerns     Feb 2024    
52.222-3     Convict Labor     JUN 2003      
52.222-21     Prohibition of Segregated Facilities     APR 2015      
52.222-26     Equal Opportunity     SEP 2016      
52.222-37    Employment Reports on Veterans    JUN 2020    
52.222-40    Notification of Employee Rights Under the National Labor Relations Act    DEC 2010    
52.222-41    Service Contract Labor Standards    AUG 2018    
52.222-43    Fair Labor Standards Act and Service Contract Labor Standards- Price Adjustment (Multiple Year and Option Contracts)    AUG 2018    
52.222-50     Combating Trafficking in Persons     NOV 2021     
52.222-62    Paid Sick Leave Under Executive Order 13706    JAN 2022    
52.223-3    Hazardous Material Identification and Material Safety Data    FEB 2021    
52.223-5    Pollution Prevention and Right-to-Know Information    MAY 2024    
52.223-20    Aerosols    MAY 2024    
52.225-13     Restrictions on Certain Foreign Purchases     FEB 2021      
52.232-17    Interest    MAY 2014    
52.232-18    Availability of Funds    APR 1984    
52.232-33     Payment by Electronic Funds Transfer--System for Award Management     OCT 2018      
52.232-40     Providing Accelerated Payments to Small Business Subcontractors     MAR 2023     
52.233-3     Protest After Award     AUG 1996      
52.233-4     Applicable Law for Breach of Contract Claim     OCT 2004      
52.237-1    Site Visit    APR 1984    
52.237-2    Protection of Government Buildings, Equipment, and Vegetation    APR 1984    
52.244-2    Subcontracts    OCT 2010    
52.245-1    Government Property    SEP 2021    
52.245-9    Use and Charges    APR 2012    
252.201-7000    Contacting Officer’s Representative    DEC 1991    
252.203-7000     Requirements Relating to Compensation of Former DoD Officials     SEPT 2011      
252.203-7002     Requirement to Inform Employees of Whistleblower Rights     DEC 2022     
252.203-7005     Representation Relating to Compensation of Former DoD Officials     SEP 2022     
252.204-7004      Antiterrorism Awareness Training for Contractors    JAN 2023     
252.204-7008     Compliance with Safeguarding Covered Defense Information Controls     OCT 2016      
252.204-7012     Safeguarding Covered Defense Information and Cyber Incident Reporting     MAY 2024     
252.204-7015     Notice of Authorized Disclosure of Information for Litigation Support     JAN 2023     
252.209-7004    Subcontracting with Firms That Are Owned or Controlled by The Government of a Country that Is A State Sponsor of Terrorism    MAY 2019    
252.216-7009     Allowability of Legal Costs Incurred in Connection with a Whistleblower Proceeding     DEC 2022    
252.223-7008     Prohibition of Hexavalent Chromium     JAN 2023     
252.225-7001     Buy American and Balance of Payments Program     FEB 2024     
252.225-7002     Qualifying Country Sources as Subcontractors     MAR 2022     
252.225-7012    Preference for Certain Domestic Commodities    APR 2022    
252.225-7048     Export-Controlled Items     JUN 2013      
252.232-7010     Levies on Contract Payments     DEC 2006      
252.239-7001    Information Assurance Contractor Training and Certification    JAN 2008    
252.243-7001     Pricing of Contract Modifications     DEC 1991      
252.243-7002    Requests for Equitable Adjustment    DEC 2022    
252.244-7000     Subcontracts for Commercial Items     NOV 2023     
252.245-7003    Contractor Property Management System Administration    APR 2012    
252.247-7023     Transportation of Supplies by Sea     JAN 2023     


CLAUSES INCORPORATED BY FULL TEXT
Quoter shall include a completed copy of the provision at 52.204-20, Predecessor of Offeror (AUG 2020), with its offer.
Quoter shall include a completed copy of the provision at 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021), with its offer.
Quoter shall include a completed copy of the provision at 52.204-26, Covered Telecommunications Equipment or Services--Representation (OCT 2020), with its offer.

Quoter shall include a completed copy of the provision at 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016), with its offer.

Quoter shall include a completed copy of the provision at 52.219-28, Post-Award Small Business Program Representation (Sep 2021), with its offer.

52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
•     (a) 30 days; 60 days 
•     (b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
•     (c) 60 months

52.222-35 Equal Opportunity for Veterans (JUN 2020)

52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)

52.233-2 Service of Protest (SEP 2006)
•    (a) Melba Brown
•    Director, Acquisition Management
Defense Commissary Agency
ATTN: CCQS
1300 E Avenue
Gregg-Adams, Virginia 23801-1800

•    (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
•    https://acquisition.gov/browse/index/far
•    https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

52.252-2 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
•    https://acquisition.gov/browse/index/far
•    https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

52.252-6 Authorized Deviations in Clauses (NOV 2020)
•    Defense Federal Acquisition Regulation (48 CFR Chapter 2)
252.215-7008 Only One Offer (DEC 2022)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)
252.232-7006 Wide Area Workflow Payment Instructions ((JAN 2023)
Routing Data Table*
Field Name in WAWF    Data to be entered in WAWF 
Pay Official DoDAAC     HQ0866
Issue By DoDAAC     HQC004
Admin DoDAAC**     HQC004
Inspect By DoDAAC     N/A
Ship To Code     N/A

Ship From Code     N/A
Mark For Code     N/A
Service Approver (DoDAAC)    HQC
Service Acceptor (DoDAAC)    HQC
Accept at Other DoDAAC     N/A
LPO DoDAAC     N/A
DCAA Auditor DoDAAC     N/A
Other DoDAAC(s)     N/A

Quoter Requirements: Please submit complete quotes no later than 4:00 p.m. Eastern Standard Time (EST) on September 13, 2004.
Vendors shall submit quotes by email to Tammy Mahone, Contract Specialist and Melba Brown, Contracting Officer via email at tammy.mahone@deca.mil and melba.brown@deca.mil.  No fax, hand delivered, or mail-in quotes will be accepted.  Quotes MUST be good for 90 calendar days after close.
Please ensure all information requested is included.  Information will be posted to Contract Opportunities: https://sam.gov/content/opportunities. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site.  Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
Questions pertaining to this solicitation may be directed to Tammy Mahone and Melba Brown via email at tammy.mahone@deca.mil and Melba.brown@deca.mil.  Question(s) must be received by 12:00 PM EST on September 9, 2004.
        STORE
EQUIPMENT LIST    Mountain Home
1M10    CONVEYOR, MEAT, PORTABLE, INCLINED    1
1M20-A    MIXER/GRINDER SINGLE    2
1M20-B    MIXER/GRINDER TANDEM    
1M20-HV    MIXER/GRINDER HEAVY DUTY    
1M18    SAW, MEAT, BAND TYPE    2
1B12-A    OVEN, ROTARY, ELECTRIC, SINGLE    
1B12-B    OVEN, ROTARY, GAS SINGLE    
1B13-A    OVEN, ROTARY, ELECTRIC, DOUBLE    
1B13-B    OVEN, ROTARY, GAS DOUBLE    
1B15    MINI ROTARY OVEN AND PROOFER COMBO    2
1B20    PROOFER, ROLL-IN    
1M14    CHOPPER, MEAT, TABLE TOP MODEL    1
1M16    MOLDER/ BULKER/ MEAT ATTACHMENT    2
1M34    TENDERIZER, MEAT, TABLE TOP MODEL    2
1M37    HORIZONTAL SLICER, MEAT CLEAVER    
4SMA    SLICER, MEAT, AUTOMATIC    3
1D09    ROTISSERIE    1
 

See Attached
Attachment 1 Performance Work Statement (PWS) 
Attachment 2 Pricing Sheet (Contract Line-Item Structure)
Attachment 3 MFP Preventive Maintenance Check List
 

Contact Information

Contracting Office Address

  • EQUIP & MAINTENANCE CONTRACTING DIV 1300 EISENHOWER AVENUE
  • FORT GREGG ADAMS , VA 23801-1800
  • USA

Primary Point of Contact

Secondary Point of Contact

History