Skip to main content

An official website of the United States government

You have 2 new alerts

The Defense Commissary Agency (DeCA) stores located at Group 24 Grand Forks Commissary have a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP)

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 26, 2023 02:21 pm EST
  • Original Date Offers Due: Feb 13, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 12, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • 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:
    Grand Forks AFB , ND 58205
    USA

Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. It is the Government's intent to award this requirement using FAR Subpart 13.5 procedures. This announcement constitutes the only solicitation; quotes are being requested and no other written solicitation will not be issued. Quotes shall reference solicitation number HQC00423Q0023. This Request for Quote (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 dated 12/30/2022. The associated NAICS code is 811310 with a small business size standard of 11 million dollars. 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 solicitation is being issued as 100% total small business set-aside.

Description of Requirement: The Defense Commissary Agency (DeCA) stores located at Group 24 Grand Forks Commissary have a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP).  

Period of Performance (POP): 
Base Year:  May 1, 2023 –April 30, 2024
Option Year One:  May 1, 2024 – April 30, 2025
Option Year Two:  May 1, 2025 – April 30, 2026
Option Year Three: May 1, 2026 – April 30, 2027
Option Year Four: May 1, 2027 – April 30, 2028    

Contract Line Items (CLINs) – See attached Excel Spreadsheet to submit pricing.
52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021) applies to this acquisition.
ADDENDUM TO FAR 52.212-1
(b)(4) 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
 (b)(6) 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.    
52.212-2, Evaluation-Commercial Products and Commercial Services (N0V 2021) applies to this acquisition.  The following factors shall be used to evaluate offers:  
(i)    Technical Acceptability of Service 
(ii)    Price
(iii)    Past performance
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 2021) applies to this acquisition.
ADDENDUM TO FAR 52.212-4
The following paragraphs have been changed/added to FAR 52.212-4 Terms and Conditions – Commercial Items.

      (c)    Changes: Administrative Modifications-  

         The government may issue unilateral written modifications that do not affect the substantive rights of the parties.  Examples of administrative modifications are corrections in the payment office address or changes to the accounting and appropriation data.   Contract modifications will be issued and accessed through the Electronic Document Access System (EDA) via Procurement Integrated Enterprise Environment  (PIEE) https://piee.eb.mil/piee-landing .  Contractors must complete the on-line registration available at the website in order to retrieve documents displayed there.  

       (g)   Invoice: Procedures-

All invoices shall be submitted electronically to DFAS Columbus via Wide Area WorkFlow (WAWF) in accordance with DFARS clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports  (DEC 2018). The contract will require the type of invoice to be used as “Invoice and Receiving Report (COMBO)”.  Separate invoices shall be created for each location and service call.

The contractor must access the WAWF Vendor Tools on the DFAS website and complete the requirements to obtain an active WAWF account.  This will allow the contractors to submit invoices via WAWF so that payments can be processed electronically through EFT. 

(i)    Payment: Procedures-  

          Contract payments will be processed electronically via EFT through the Defense Finance and Accounting Service (DFAS).  Prior to DFAS releasing any contract payment, the contractor must submit a proper invoice using Wide Area Work Flow (WAWF) electronic commerce.  After a proper invoice is received, a Government representative will acknowledge acceptance and receipt.  After all items are properly submitted, the contract payment will be processed via DFAS electronically.

Payment status can be obtained by checking the Misc Info Tab on your invoice in WAWF and on the MyInvoice link via Procurement Integrated Enterprise Environment  (PIEE) https://piee.eb.mil/piee-landing.

Payment Inquiries:  Payment questions can be addressed by calling DFAS – Columbus, OH Customer Service at 800-756-4571.

If you need technical assistance on WAWF, contact: Ogden Help Desk, 866-618-5988.

For additional WAWF information, see clause 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018).
  
(q)    Other Compliances:  Labor Poster Information-

Clause at 52.222-41, Service Contract Act of 1965, as amended, is applicable to the services performed under this contract.  The contractor is responsible for obtaining and posting the following publications available at http://www.dol.gov/compliance/topics/posters.htm

1.  Employee Rights on Government Contracts (WHD Publication 1313)
2.  Employee Rights under Fair Labor Standards Act (WHD Publication 1088)
3.  Equal Employment Opportunity is the Law (OFCCP 1420)

If you are unable to obtain a copy of the applicable posters at the above web site, please contact the Contract Administrator identified on page one of this award document.
52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2022) applies to this acquisition.
Additional Provisions, Contract Requirements, and Terms and Conditions
PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE


52.203-3    Gratuities    APR 1984    
52.203-6 Alt I    Restrictions on Subcontractor Sales to the Government  Alternate I (NOV 2021)    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    
52.204-4    Printed or Copied Double-Sided on Postconsumer Fiber Content Paper     MAY 2011    
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    NOV 2021    
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     OCT 2018    
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     DEC 2021      
52.222-62    Paid Sick Leave Under Executive Order 13706    JAN 2017    
52.223-3    Hazardous Material Identification and Material Safety Data    JAN 1997    
52.223-5    Pollution Prevention and Right-to-Know Information    MAY 2011    
52.223-18     Encouraging Contractor Policies to Ban Text Messaging While Driving     JUN 2020      
52.223-20    Aerosols    JUN 2016    
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     DEC 2021     
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    JAN 2017    
52.245-9    Use and Charges    APR 2012    
252.201-7000    Contacting Officer’s Representative    SEPT 2011    
252.203-7000     Requirements Relating to Compensation of Former DoD Officials     SEPT 2011      
252.203-7002     Requirement to Inform Employees of Whistleblower Rights     SEPT 2013      
252.203-7005     Representation Relating to Compensation of Former DoD Officials     NOV 2011      
252.204-7004      Level I Antiterrorism Awareness Training for Contractors     FEB 2019      
252.204-7008     Compliance with Safeguarding Covered Defense Information Controls     OCT 2016      
252.204-7012     Safeguarding Covered Defense Information and Cyber Incident Reporting     DEC 2019      
252.204-7015     Notice of Authorized Disclosure of Information for Litigation Support     MAY 2016      
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     SEP 2013      
252.223-7008     Prohibition of Hexavalent Chromium     JUN 2013      
252.225-7001     Buy American And Balance of Payments Program     MAR 2022      
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 2012    
252.244-7000     Subcontracts for Commercial Items     JUN 2021     
252.245-7001    Tagging, Labeling, and Marking of Government-Furnished Property    APR 2012    
252.245-7002    Reporting Loss of Government Property    APR 2012    
252.245-7003    Contractor Property Management System Administration    APR 2012    
252.245-7004    Reporting, Reutilization and Disposal    APR 2012    
252.247-7023     Transportation of Supplies by Sea     FEB 2019      

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

Offeror 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.

Offeror 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) 66 months

52.222-35 Equal Opportunity for Veterans (JUL 2015)

52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)

52.233-2 Service of Protest (SEP 2006)
•    Director, Acquisition Management
Defense Commissary Agency
ATTN: CCQS
1300 E Avenue
Fort Lee, 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)
252.211-7007  Reporting of Government-furnished Property (AUG 2012)
252.215-7008  Only One Offer (JUL 2019)
252.232-7003  Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)
252.232-7006 Wide Area Workflow Payment Instructions (DEC 2018)
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

IMPORTANT INFORMATION FREEDOM OF INFORMATION ACT (FOIA)
SOLICITATION AND CONTRACTS FOIA AND POSTING NOTICE
Any award(s) resulting from issuance of this solicitation or quote may be posted in the DeCA Freedom of Information Act (FOIA) electronic reading room at www.commissaries.com.  The posting will contain the total contract award amount, as well as any awarded individual contract line item pricing (CLIN and Sub-CLIN).  Unexercised option prices will not be published.
In compliance with the provisions of Executive Order 12600, the contract holder may identify to the agency FOIA Officer (foia@deca.mil), within 21 calendar days of the contract award date, any information contained in the contract that it deems to be confidential commercial information.  The FOIA officer will review the submission and contact the contract holder with a decision.  Failure to identify any such information will be interpreted by the Agency as the contract holder having no such information to identify or withhold from posting in the FOIA electronic reading room.
The postings typically take place at a minimum of two distinct points; upon the initial award of the contract and then again after the final option period has been exercised.  However, should a FOIA request for the contract be received in the interim, the contract may be reposted including any awarded contract pricing up to the date of the FOIA request. Unexercised option prices will not be published.
This action is being taken to ensure contract award information is available to the general public, as it was in the past, pursuant to the President’s January 21, 2009 memorandum regarding the Freedom of Information Act (FOIA).
Defense priorities and Allocating System (DPAP) is not applicable to this solicitation.
The completed solicitation package must be returned no later than 4:00 p.m. Eastern Standard Time (EST) on February 13, 2023.
Vendors shall submit quotes by email to TJ 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 be directed to TJ Mahone and Melba Brown via email at tammy.mahone@deca.mil and Melba.brown@deca.mil  Question(s) must be received by 10:00 AM EST on  February 6, 2023.


EQUIPMENT LIST

See Attached
Attachment 1 Performance Work Statement (PWS) 
Attachment 2 Pricing Sheet (Contract Line Item Structure)

        STORE Group 24 Grand Forks
1M20-A    MIXER/GRINDER SINGLE    2
1M18    SAW, MEAT, BAND TYPE    2
1B12-A    OVEN, ROTARY, ELECTRIC, SINGLE    1
1B20    PROOFER, ROLL-IN    1
1M14    CHOPPER, MEAT, TABLE TOP MODEL    1
1M16    MOLDER/ BULKER/ MEAT ATTACHMENT    2
1M34    TENDERIZER, MEAT, TABLE TOP MODEL    1
4SMA    SLICER, MEAT, AUTOMATIC    4
1D09    ROTISSERIE    1

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