Skip to main content

An official website of the United States government

You have 2 new alerts

Industrial Shredder Maintenance in Anniston, Alabama

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 13, 2023 11:50 am EST
  • Original Date Offers Due: Feb 13, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 28, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J036 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Anniston , AL
    USA

Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is SP4510-23-Q-1013 and being issued as a request for quotation (RFQ).

This solicitation and incorporated provisions and clauses are in effort through Federal Acquisition Circular 2023 - 01. See attached Performance Work Statement and applicable provisions and clauses.

This is a competitive 100% Small Business Set-Aside for Industrial Machinery Repair and Maintenance for DLA Disposition Services. The NAICS code is 811310 with a size standard of $11,000,000.00, and the requirement will result in a firm-fixed price (FFP) indefinite delivery indefinite quantity (IDIQ) time and materials contract which consists of one (1) 12-month base period and two (2) 12-month options. The total contract length shall not exceed three years.

Background: The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program.

In order to accomplish this mission, DLA Disposition Services is seeking to have preventative and corrective repair services performed on the industrial shredder located at DLA Disposition Services in Anniston, Alabama. All work shall be completed in accordance with the attached Performance Work Statement.

This requirement is a Firm Fixed Priced, Time and Material contract. Pricing must be Fixed Price for the entirety of services quoted for scheduled preventive maintenance services. Time and materials will only be used for unscheduled maintenance services.  

Offers are due at 3:00 PM Eastern Time (United States), on 13 February 2023. Email quotes to Michael.Mamaty@dla.mil and Daniel.Schuemann@dla.mil. Questions are due                      27 January 2023 by 3:00 PM Eastern Time and must be submitted via email to Michael.Mamaty@dla.mil and Daniel.Schuemann@dla.mil. Questions will not be answered via telephone. Questions that occur after the cut off, but are considered to be significant to the requirement, may be accepted and discussed only with those vendors that have submitted a quote.

INSTRUCTIONS TO OFFERORS:

Submit quotes by email to Michael.Mamaty@dla.mil and Daniel.Schuemann@dla.mil no later than the specified date and time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions and should ensure that all pages of the quote have been received by the

designated office before the deadline indicated.  Email submissions by 5:00 pm Eastern Standard Time. one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration.

The price schedule is attached and responding firms are required to complete and return the price schedule, including all option periods, and on all line items within each period. Quotes received without pricing for the option periods will not be considered for an award. 

Technical Submission: Provide verification of certified trained technicians with experience on the equipment specified in this requirement. Verification can be any of the following: training certificates, certifications / licenses, resumes, and / or a successful past performance (within last three years) reference providing maintenance services on equipment similar to the solicited requirement.

Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.

EVALUATION:

Quotations will be evaluated on a Lowest-Priced Technically-Acceptable basis.  Award will be made to firm that offers the lowest total cost to the Government for the entire requirement (all periods), after a pass/fail evaluation of the contractors’ technical submission.

The following provisions and clauses are applicable to this solicitation:

The provisions at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. See attached applicable clauses for quote instructions.

Offers should include a complete copy of the provision at 52.212-3 ALT 1, Offeror Representations and Certifications --

Commercial Items, with its offer. See applicable clauses.

The clause 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services.

The clause 52.212-4 Alt 1, Contract Terms and Conditions - Commercial Items, applies to this acquisition.

The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition.

The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement.

52.216-18 Ordering    NOV 2021

Ordering (Nov 2021)

Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued within 12 months after award.

All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

A delivery order or task order is considered "issued" when—

If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail;

If sent by fax, the Government transmits the order to the Contractor's fax number; or

If sent electronically, the Government either—

Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or

Distributes the delivery order or task order via email to the Contractor's email address.

Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract.

(End of clause)

52.216-19        Order Limitations       OCT 1995

Order Limitations (Oct 1995)

Minimum order. When the Government requires supplies or services covered by this contract in an amount of__$2,500.00__________ the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

Maximum order. The Contractor is not obligated to honor-

Any order for a single item in excess of _N/A____________;

Any order for a combination of items in excess of __150%____________ ; or

A series of orders from the same ordering office within _N/A____________ days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.

If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within __3_calendar__ days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

(End of clause)

52.216-22 Indefinite Quantity OCT 1995

Indefinite Quantity (Oct 1995)

This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."

Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after _12 months after award.

(End of clause)

52.217-5 Evaluation of Options.

Evaluation of Options (July 1990)

Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The total evaluated price will be for the base period and any option periods. Evaluation of options will not obligate the Government to exercise the option(s). The government may determine that an offer is unacceptable if the option prices are significantly unbalanced.

(End of provision)

52.217-9 Option to Extend the Term of the Contract.

Option to Extend the Term of the Contract (Mar 2000)

The Government may extend the term of this contract by written notice to the Contractor within _7 calendar days____]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __14 calendar_ days before the contract expires. The preliminary notice does not commit the Government to an extension.

If the Government exercises this option, the extended contract shall be considered to include this option clause.

The total duration of this contract, including the exercise of any options under this clause, shall not exceed __3 years_________.

End of clause

52.202-1          Definitions (JUN 2020

52.203-6          Restrictions on Subcontractor Sales to the Government (JUN 2020)

52.203-11        Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions         SEP 2007

52.203-12        Limitation on Payments to Influence Certain Federal Transactions   JUN 2020

52.204-7          System for Award Management         OCT 2018

52.204-9          Personal Identity Verification of Contractor Personnel            JAN 2011

52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards    JUN 2020

52.204-13        System for Award Management Maintenance            OCT 2018

52.204-15        Service Contract Reporting Requirements for Indefinite-Delivery Contracts                         OCT 2016

52.204-16        Commercial and Government Entity Code Reporting            AUG 2020

52.204-17        Ownership or Control of Offeror        AUG 2020

52.204-18        Commercial and Government Entity Code Maintenance   AUG 2020

52.204-19        Incorporation by Reference of Representations and Certifications: (DEC 2014)

52.204-20        Predecessor of Offeror            AUG 2020

52.204-21        Basic Safeguarding of Covered Contractor Information Systems           NOV 2021

52.204-22        Alternative Line Item Proposal JAN 2017

52.204-23        Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities    NOV 2021

52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment  NOV 2021

52.204-25        Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment      NOV 2021

52.204-26        Covered Telecommunications Equipment or Services--Representation            OCT 2020

52.209-5          Certification Regarding Responsibility Matters (AUG 2020)

52.209-6          Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment    NOV 2021

52.209-10        Prohibition on Contracting with Inverted Domestic Corporations   NOV 2015

52.209-11        Representation by Corporations Regarding Delinquent Tax Liability or Felony Conviction under any Federal Law FEB 2016

52.216-1          Type of Contract APR 1984

52.216-19        Order Limitations       OCT 1995

52.217-8          Option to Extend Services      NOV 1999

52.219-4          Notice of Price Evaluation Preference for HUBZone Small Business Concerns                               SEP 2021

52.219-6          Notice of Total Small Business Set-Aside     NOV 2020

52.219-14       Limitations on Subcontracting SEP 2021

52.203-3          Gratuities        APR 1984

52.219-8          Utilization of Small Business Concerns         OCT 2018

52.219-9          Small Business Subcontracting Plan  NOV 2021

252.219-7003  Small Business Subcontracting Plan (DoD Contracts)--Basic   DEC 2019

52.219-27        Notice of Service-Disabled Veteran-Owned Small Business Set-Aside     SEP 2021

52.219-28        Post-Award Small Business Program Representation            SEP 2021

52.222-3          Convict Labor JUNE 2003

52.222-21        Prohibition of Segregated Facilities   APR 2015

52.222-22        Previous Contracts and Compliance Reports FEB 1999

52.222-25        Affirmative Action Compliance         APR 1984

52.222-26        Equal Opportunity      SEP 2016

52.222-35        Equal Opportunity for Veterans         JUN 2020

52.222-36        Equal Opportunity for Workers with Disabilities            JUN 2020

52.222-37        Employment Reports on Veterans      JUN 2020

52.222-41        Service Contract Labor Standards      AUG 2018

52.222-42        Statement of Equivalent Rates for Federal Hires            MAY 2014

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

52.222-54        Employment Eligibility Verification MAY 52.212-

52.222-55        Minimum Wages Under Executive Order 13658            JAN 2022

52.222-62        Paid Sick Leave Under Executive Order 13706            JAN 2022

52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving      JUN 2020

52.224-3          Privacy Training         JAN 2017

52.225-1          Buy American Act – Supplies NOV 2021

52.225-25        Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications JUN 2020

52.232-33        Payment by Electronic Funds Transfer—System for Award Management   OCT 2018

52.232-39        Unenforceability of Unauthorized Obligations            JUN 2013

52.232-40        Providing Accelerated Payments to Small Business Subcontractors            NOV 2021

52.233-1          Disputes MAY 2014

52.233-4          Applicable Law for Breach of Contract Claim            OCT 2004

52.237-2          Protection of Government Buildings, Equipment, and Vegetation APR 1984

52.245-1          Government Property SEP 2021

52.245-9          Use and Charges         APR 2012

252.201-7000  Contracting Officer's Representative DEC 1991

252.203-7000  Requirements Relating to Compensation of Former DoD Officials SEP 2022

252.203-7002  Requirement to Inform Employees of Whistleblower Rights  SEP 2013

252.203-7005  Representation Relating to Compensation of Former DoD Officials SEP 2022

252.204-7003  Control of Government Personnel Work Product            APR 1992

252.204-7004  DoD 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

252.204-7016  Covered Defense Telecommunications Equipment or Services--Representation                               DEC 2019

252.204-7017  Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation            MAY 2021

252.204-7018  Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services             JAN 2021

252.204-7019  Notice of NIST SP 800-171 DoD Assessment Requirements. MAR 2022

252.204-7020  NIST SP 800-171 DoD Assessment Requirements.            MAR 2022

252.204-7022  Expediting Contract Closeout MAY 2021

252.211-7007  Reporting of Government-Furnished Property            AUG 2012

252.225-7048  Export-Controlled Items         JUNE 2013

252.232-7006  Wide Area Workflow Payment Instructions  DEC 2018

252.232-7010  Levies on Contract Payments DEC 2006

252.244-7000  Subcontracts for Commercial Items   JAN 2021

252.246-7003  Notification of Potential Safety Issues           JUN 2013

52.223-12        Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners            JUN 2016

52.252-6          Authorized Deviations in Clauses      NOV 2020

252.211-7003  Item Unique Identification and Valuation      MAR 2022

252.223-7008  Prohibition of Hexavalent Chromium             JUN 2013

252.225-7055  Representation Regarding Business Operations with the Maduro Regime    MAY 2022

252.225-7056  Prohibition Regarding Business Operations with the Maduro Regime          MAY 2022

5452.233-9001 Disputes – Agreement to Use Alternative Dispute Resolution (ADR) (JUN 2020)

C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)

C03 Contractor Retention of Supply Chain Traceability Documentation (JUN 2020)

L09 Reverse Auction (OCT 2016)

Contact Information

Contracting Office Address

  • FEDERAL CENTER 74 N WASHINGTON
  • BATTLE CREEK , MI 49037-3092
  • USA

Primary Point of Contact

Secondary Point of Contact

History