West Virginia Bids > Bid Detail

JRL Elevator Maintenance Services

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159753495725257
Posted Date: Feb 22, 2024
Due Date: Mar 8, 2024
Source: https://sam.gov/opp/c5f7ea2791...
Follow
JRL Elevator Maintenance Services
Active
Contract Opportunity
Notice ID
W912DR-24-Q-0015
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST BALTIMORE
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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 22, 2024 04:08 pm EST
  • Original Date Offers Due: Mar 08, 2024 01:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1AA - MAINTENANCE OF OFFICE BUILDINGS
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • Place of Performance:
    Elk Garden , WV
    USA
Description

Request for Quotation (RFQ)



W912DR-24-Q-0015





This is a COMBINED SYNOPSIS / SOLICITATION for commercial services prepared in accordance with the format in the Federal Acquisition Regulations (FAR) sub-Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) and are available in full text through Internet access at http://www.acquisition.gov/far



PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.



DISCLAIMER: The Government is not liable for information furnished by any other source. This will normally be the only method of distributing information. Therefore, it is the responsibility of any interested parties to check the website periodically for any further postings. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for inabilities to access the documents posted on the referenced web pages. Interested parties should refresh the page periodically when accessing. The government will not issue paper copies.



Section A



The U.S. Army Corps of Engineers (USACE), Baltimore District, will procure Elevator Maintenance services, as further detailed in the Performance Work Statement.



This solicitation will result in an award based on lowest price accepted as best meets the needs of the Government. The proposed contract will have a base year/period, and four option years/periods, which if exercised could extend contract performance through 2029. There is no guarantee that any options will be exercised by the Government.



The proposed contract is 100% set-aside for small business concerns. All responsible, qualified businesses may submit an offer which will be considered by the Baltimore District Corps of Engineers. The North American Industry Classification System (NAICS) code is 238290, PSC code Z1AA. Offerors shall be registered at the System for Award Management (www.sam.gov) to be eligible for award. To register you will need your UEI number. https://www.sam.gov/portal/public/SAM. Instructions for registering are on the website.





The Contractor shall provide all necessary equipment, staff, labor, supervision, materials, equipment, and supplies to complete the Project.





Questions regarding this solicitation shall be submitted by email to Brandi Dupree brandi.a.dupree@usace.army.mil no later than 29 February 2024 at 1:00 pm EST. Responses to questions, amendments, and notices will be posted to SAM. It is the vendor’s responsibility to check SAM for any subsequent posts.







Section B - Supplies or Services and Prices





Contractor shall be required to perform all work described in the Performance Work Statement (PWS).



See the attached Price Schedule (J-1 Price Schedule)



Section C – Descriptions and Specifications









PERFORMANCE WORK STATEMENT



ELEVATOR MAINTENANCE SERVICE: INTAKE CONTROL TOWER



JENNINGS RANDOLPH LAKE



ELK GARDEN, WV 26717







The Jennings Randolph Lake Project is located on the upper reaches of the North Branch of the Potomac River near Elk Garden, WV about eight miles upstream of the confluence of the Potomac with the Savage River. The project is operated for water quality improvement, water supply, flood control and recreation. The dam impounds a lake of 952 surface acres and controls a drainage area of 263 square miles on the border between Garrett County, Maryland and Mineral County, West Virginia. The full recreation lake has a surface area of 952 acres, a shoreline of 13 ½ miles, and extends upstream from the dam, a distance of 5 ½ miles. The project covers a total area of 4,500 acres, 2,700 in Maryland and 1,800 in West Virginia. The project has seven developed recreation areas in both West Virginia and Maryland including two boat launches, a picnic area, beach area, two scenic overlooks and a campground. Annual visitation is in the range of 100,000 visitors per year, most of which occurs between Memorial and Labor Day.





The U.S. Army Corps of Engineers at Jennings Randolph Lake intends to contract a full preventive maintenance service contract intended to protect the geared Otis elevator, machine number 701191, to extend equipment life, and provide a high level of performance and reliability. The contractor will furnish all labor, equipment, materials, and quality assurances necessary to perform elevator maintenance on the intake control tower elevator at Jennings Randolph Lake in Mineral County, WV in accordance with the specifications contained in the performance work statement.





1. A. – This solicitation is for one award.





C.1. DEFINITIONS






  1. Contract Period - Base Year and 4 option years as renewed by the Corps.






  1. Contracting Officer - Corps of Engineers employee vested with the authority to approve, modify and issue this contract.






  1. Contractor – The company or individual to whom the government has awarded this contract for elevator services.






  1. Intake Control Tower - Permanent structure in which the elevator is located.






  1. Technical Point of Contact (TPOC) – Corps employee responsible for ensuring performance of the specific contract duties, inspections, conducting periodic meetings with the contractor, and the first person contacted by the contractor in matters concerning contract performance issues.





C.2. CONTRACT PERIOD OF PERFORMANCE





The contract performance period shall consist of one base year and four (4) option years. The beginning and ending dates are as follows:





Base Year Date of Award – February 28, 2025



Option Year 1 March 1, 2025 – February 28, 2026



Option Year 2 March 1, 2026 – February 28, 2027



Option Year 3 March 1, 2027 – February 28, 2028



Option Year 4 March 1, 2028 – February 28, 2029





C.3. SCOPE OF WORK





The CONTRACTOR shall meet the following requirements: Furnish all labor, equipment, materials, and quality assurances necessary to perform elevator maintenance on the intake control tower elevator at Jennings Randolph Lake in Mineral County, WV in accordance with the specifications contained in the performance work statement.





The elevator will be maintained under the following terms and conditions:



PERFORMANCE MAINTENANCE




  1. The elevator will be maintained using trained personnel directly employed and supervised by the contractor. The maintenance will include inspection, lubrication, and adjustment of the following parts: Controller parts, selectors and dispatching equipment, relays, solid-state components, transducers, resistors, condensers, power amplifiers, transformers, contacts, leads, dashpots, timing devices, computer and microcomputer devices, steel selector tapes, mechanical and electrical driving equipment, signal lamps, position indicating equipment, door operators, car door hangers, car door contacts, door protective devices, load weighing equipment, car frames, car safety mechanisms, platforms, car and counterweight guide shoes including rollers and gibs, emergency car lighting hoistway door interlocks and hangers, bottom door guides, and auxiliary door closing devices.

  2. Contractor shall provide a preventative maintenance report for additional repairs such as: M a c h i n e s, worms, gears, thrust bearings, drive sheaves, drive sheave shaft bearings, brake pulleys, brake coils, contacts, linings, and component parts. Motors, brushes, brush holders, and bearings. Governor components, governor sheaves and shaft assemblies, bearings, contacts, governor jaws, deflector or secondary sheaves, car and counterweight buffers, car and counterweight guide rails, car and counterweight sheave assemblies, top and bottom limit switches, governor tension sheave assemblies, and compensating sheave assemblies. pumps, pump motors, operating valves, valve motors, leveling valves, plunger packing, and exposed piping, above ground plungers and cylinders, and hydraulic fluid tanks. Additional repairs needed, outlined in the preventative maintenance reports, may be executed as part of a contract modification.






  1. Machine Seals and Bearings: During the base year of the contract only, contractor will completely disassemble the elevator-hoisting machinery. Clean and prepare all mating surfaces. Apply new specific duty seals and gaskets to all mating surfaces. Install all new bearings. Re-Assemble the hoisting machine. Add new specific duty gear lubricant. Test machine and inspect any leakage. Perform a full load safety test in accordance with A17.1 Code requirements.





Parts Coverage






  1. If necessary, due to normal usage and wear, the contractor will repair or replace any of the parts specified above in Performance Maintenance #1 at their sole discretion, unless specifically excluded elsewhere in the contract. Any parts under this contract requiring replacement will be replaced with parts of equal or better than recommended by the manufacturer.





Parts Inventory






  1. The contractor will maintain a supply of frequently used replacement parts and lubricants to meet the specific routine requirements of the units. The contractor further agrees to maintain a supply of routine replacement parts available for express delivery in case of emergencies.





Quality Control






  1. The contractor will periodically conduct field audits of their personnel and the elevator to maintain quality standards. Qualified contractor personnel will provide technical assistance, technical information, and code consultation to support their maintenance organization.





Clarification




  1. This Contract does not cover car enclosures (including, but not limited to, wall panels, door panels, car gates, plenum chambers, hung ceilings, lighting, light diffusers, light tubes and bulbs, handrails, mirrors and floor coverings), rail alignment, Hoistway enclosures, Hoistway gates, Hoistway inserts and brackets, mainline disconnect switches, doors, door frames, sills, swing door hinges and closing devices, below ground or unexposed hydraulic cylinders and plungers, buried or unexposed piping, escalator balustrades, escalator lighting or wedge guards. Without affecting our obligation to provide service under this Contract, you agree to permit us to train our personnel on the units. This Contract does not cover computer and microcomputer devices, such as terminal keyboards and display units, that are not exclusively dedicated to the elevator system. This Contract does not cover telephones installed by others, intercoms, heat sensors, smoke sensors, communications equipment, or safety signaling equipment, or instructions or warnings in connection with use by passengers.







C.4. SAFETY





a. The contractor shall provide the government with a written accident prevention plan, which includes a comprehensive Activity Hazard Analysis, at the orientation session scheduled after award of the contract. The accident prevention plan shall provide all the necessary information required by EM 385-1-1, Safety and Health Requirements Manual which can be accessed at http://140.194.76.129/publications/eng-manuals/em385-1-1/2008_English/toc.html All safety plans must be acceptable to the government before work commences.






  1. The contractor shall comply with all applicable sections of the Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1. EM 385-1-1 does not preclude in any way the need to adhere to all applicable regulations as publicized by the Occupational Safety and Health Administration (OSHA).






  1. Safety Tests – Elevator Traction. The contractor will periodically examine safety devices and governors of the Unit and will conduct an annual no-load test and perform at each fifth year a full load, full speed test of safety mechanisms, overspeed governors, and car and counterweight buffers. If required, the governor will be recalibrated and sealed for proper tripping speed, and elevator car balances will be checked.






  1. As required by Code, or once every five years at a minimum, the contractor will measure the coated steel belts for safety using a method approved by the manufacturer.






  1. Prior to entry inside the intake control tower, all contractor personnel must first sign in at the administration office and then be accompanied to the intake control tower by authorized personnel.





C.5. SECURITY






  1. The security requirements described below apply to all contract personnel (including employees of the prime Contractor (“Contractor”) and all subcontractor employees) supporting the performance requirements of this contract. The Contractor is responsible for compliance with these security requirements. Questions regarding security matters shall be addressed to the designated Government representative (e.g., Contracting Officer Representative (COR), Requiring Activity (RA) representative, or Contracting Officer (if a COR or other RA representative is not appointed)). Contract personnel are critical to the overall security and safety of US Army Corps of Engineers (USACE) installations, facilities and activities, and security awareness training contributes to those efforts. The Department of Defense (DoD) and Army security training requirements specified below, if applicable, are performance requirements; all applicable contract personnel shall complete initial training within 30 days of contract award or the date new contract personnel begin performance on the contract. Within five business days from the completion of training, the Contractor shall provide written documentation (e.g., email or memorandum) to the Government representative. The documentation shall include the names of contract personnel trained and which training they completed; the Contractor shall maintain training records as part of their contract files and be prepared to provide copies of training certificates to the Government representative. Contractor personnel and vehicles are subject to search when entering federal installations. Additionally, all contract personnel shall comply with Force Protection Condition (FPCON) measures, Random Antiterrorism Measures (commonly referred to as “RAMs”), and Health Protection Condition (HPCON) measures. The Contractor is responsible for meeting performance requirements during elevated FPCON and/or HPCON levels in accordance with applicable RA plans and procedures --this includes identifying mission essential and non-mission essential personnel. In addition to the changes otherwise authorized by the changes clause of this contract, should the FPCON or HPCON levels at any individual facility or installation change, the Government may implement security changes that affect contract personnel. The Contractor shall ensure all contract personnel are aware of their security responsibilities, including any site-specific requirements identified in local policies or procedures.






  1. All contract personnel requiring physical access to a federal installation or facility shall comply with the access control procedures of that location. Contract personnel requiring unescorted access to meet contract performance requirements on a DoD installation in the US shall be vetted by the installation/facility Provost Marshal/Directorate of Emergency Services/Security Office using the National Crime Information Center-Interstate Identification Index (commonly referred to as “NCIC-III”) and Terrorist Screening Database (commonly referred to as “TSDB”). Contract personnel shall comply with all personal identity verification requirements specified in installation/facility policies and procedures. Contract personnel who do not meet requirements for unescorted access to USACE facilities shall coordinate escorted access with the Government representative, as needed. Contract personnel who receive keys, access cards, or lock combinations that provide access to government-owned property shall comply with key and lock control procedures of the RA.






  1. In accordance with applicable regulations, all contract personnel who do not possess the appropriate security clearance or access privileges will be escorted in areas where they may be exposed to classified information or operations, sensitive information or activities, or restricted areas.






  1. Contractors shall comply with the requirements set forth in FAR clause 52.222-54 Employment Eligibility Verification and FAR Subpart 22.18 in using the E-Verify Program at (https://www.e-verify.gov/) (website subject to change) to meet the contract employment eligibility requirements. Contractors are encouraged to cooperate with Federal and State agencies responsible for enforcing labor requirements to include eligibility for employment under United States immigration laws in accordance with FAR 22.102-1(i). An initial list of verified/eligible candidates shall be provided to the COR no later than three business days after the initial contract award. When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, and submit it to the Contracting Officer to become part of the official contract file.









C.6. PRE-BID CONFERENCE AND TOUR





All bidders are encouraged to contact Head Dam Operator Gary Kalbaugh at (304)-355-2346 to arrange for a tour of the elevator and explanation of the contractual responsibilities and requirements prior to submitting a bid.

















C.7. DEFICIENCIES IN PERFORMANCE





Default of the contract shall be considered for various reasons relating to nonperformance of the contractual specifications. Following is a partial listing of reasons for which default may be considered:






  1. Repetitive pay deductions for nonperformance.

  2. Repetitive safety violations.

  3. Excessive occurrences of damage to Government or private property.

  4. Excessive numbers of substantiated public complaints.

  5. Repetitive failure to adhere to contract specifications.







C.8. QUALITY CONTROL AND QUALITY ASSURANCE





The Contractor will attend a Pre-work meeting no later than ten (10) working days after the initial year of the award of the contract, and the third (3rd) or fourth (4th) week of March for each subsequent award year.





During the pre-work meeting the Contractor shall provide a Quality Control Plan to include, but not limited to, the following:





Method that the Contractor will employ to complete and document successful completion of employee training regarding knowledge of the contract specifications and safety.





The contractor must be able to demonstrate that all employees possess or demonstrate how the employees will gain skills and abilities to fulfill all the requirements of the contract.





Communication method that will be utilized for contacting crews while performing their duties.





Letter designating the on-site representative.





Accident Prevention Plan. Plans must be approved prior to start of work.





All work shall be subject to inspection and approval by the Technical Point of Contact (TPOC) or his/her representative. Any deficiency in work shall be corrected at the contractor’s expense. The contractor will not be paid for any work not accepted by the TPOC. The government will utilize a Quality Assurance Surveillance Plan (QASP) to ensure the contractor’s quality control procedures are in place and working. The government is responsible for Quality Assurance to ensure the contractor’s Quality Control procedures are working. The contractor is responsible for the quality of the work performed for this contract. It is suggested that the contractor develop a Quality Control Plan to ensure a quality product conforming to the contract requirements specified herein.








    1. Surveillance Methods. This QASP will incorporate 100% inspections as the approach to ensure the contractor complies with the contract requirements. Re-performance is the preferred method of correcting any unacceptable performance.










    1. Validated Customer Complaint. This contract will be inspected for quality assurance using the validated customer complaint surveillance method. Anyone who observes unacceptable services, either incomplete or not performed, should immediately contact the COR. The COR will investigate to determine the validity of the complaint. If the COR determines the complaint to be valid, the COR will document the findings and notify the customer and the contractor. The COR will retain a copy of the written complaint for the government’s files. If the complaint is valid, the contractor will be given the opportunity to correct the defect.










    1. 100% Inspection: 100% inspection will be utilized for this contract and will be noted as follows: 100% inspections will be utilized for all projects. This type of surveillance overrides periodic surveillance. However, validated customer complaints are still utilized. Under the 100% surveillance method all contract performance requirements are inspected for quality assurance at every occurrence within the contract schedule.










    1. Surveillance Team. The surveillance team consists of the following key players: Operations Project Manager and Head Dam Operator, Jennings Randolph Lake.










    1. Unacceptable Performance. If the number of complaints/defects exceeds the performance threshold for any requirement, the TPOC will determine the possible cause of this unacceptable performance. Government-caused complaints/defects shall not be counted against the contractor. The same applies to any other requirement of the contract when Government-caused complaints/defects are the cause of unacceptable contractor performance. If the contractor’s performance is judged unacceptable by the TPOC for any requirement, the TPOC will inform the contractor’s on-site representative, and request acknowledgement of the unacceptable performance. Unacceptable performance will normally result in the contractor being required to re-perform the unacceptable work. If the work is not able to be re-performed according to specification, the TPOC will consult with the Contracting Officer to determine the appropriate resolution. If the contractor disputes the results of surveillance, the TPOC must refer the contractor to the contracting officer for resolution.










    1. Revisions. Revisions to this QASP are the responsibility of the requiring activity. However, as a result of partnering with the contractor, surveillance checklists may be revised jointly by TPOC personnel and contractor personnel. The Contracting Officer must approve any revisions that are significant enough in nature to impact the quality expectations of the contractor.







C.9 COMMUNICATIONS






    1. The on-site Contract Manager/Quality Control Representative shall make themselves available for a quarter performance meeting with the TPOC or designated representative. A mutually agreeable time and date for the meetings shall be determined after award of the contract.

    2. The contractor will be required to provide the USACE a 4-hour, year-round dispatching service in the event a Unit malfunction occurs between regular examinations,





C.10 WORK SCHEDULE



All maintenance procedures and repairs will be performed during our regular working hours of our regular working days for the contractor who perform the service. All lamp and signal replacements will be performed during regular examinations.





Regular working hours: 7:00 AM – 3:30 PM.



Regular working days: Monday – Friday excluding holidays. No weekend work will be permitted.





C.11 DOCUMENTATION REQUIREMENTS:





The Contractor shall maintain current records providing factual evidence that required quality control activities and/or tests have been performed. These records shall include the work of subcontractors and suppliers and shall be on an acceptable form that includes, as a minimum, the following information:





a. Contractor/subcontractor and their area of responsibility





b. Operating plant/equipment with hours worked, idle, or down for repair





c. Work performed each day, giving location, description, and by whom





d. Test and/or control activities performed with results and reference to specifications/drawings requirements. The control phase shall be identified (Preparatory, Initial, and Follow-up). List deficiencies noted along with corrective action.





e. Quantity of materials received at the site with statement as to acceptability, storage, and reference to specifications/drawings requirements.





f. Submittals and deliverables reviewed, with contract reference, by whom, and action taken.





g. Job safety evaluations stating what was checked, results, and instructions or corrective actions





h. Instructions given/received and conflicts in plans and/or specifications





i. Contractor's verification statement. These records shall indicate a description of trades working on the project; the number of personnel working; weather conditions encountered; and any delays encountered. These records shall cover both conforming and deficient features and shall include a statement that equipment and materials incorporated in the work and workmanship comply with the contract. The original and one copy of these records in report form shall be furnished to the Government daily within 24 hours after the date covered by the report, except that reports need not be submitted for days on which no work is performed. All calendar days shall be accounted for throughout the life of the contract. The first report following a day of no work shall be for that day only. Reports shall be signed and dated by the CQC System Manager. The report from the CQC System Manager shall include copies of test reports and copies of reports prepared by all subordinate quality control personnel.





C.12 PERFORMANCE REQUIREMENTS SUMMARY:





This summary identifies critical success factors for the contract. It identifies both the performance objectives for those factors and the required performance measurements required for each performance objective. The Government reserves the right to inspect all services called for in the contract to determine whether the performance objectives and goals were met. The Performance Requirements Summary is an integral part of the QASP.





Performance Evaluation and Re-Performance. Performance of a service will be evaluated to determine whether it meets the required performance measurement. Re-performance is the method of correcting any unacceptable





Performance. The contractor shall provide the Government written or verbal response as to why the required performance measurement was not met and how performance will be re- performed.











Section G – Contract Administrative Data





INVOICE SUBMISSION INFORMATION:






  1. Payment for services under this contract will be processed on a quarterly basis upon receipt of an invoice. No payment shall be received for time not worked.






  1. Original invoices for services performed under the contract will be submitted for review and certification to the:





OPERATIONS PROJECT MANAGER



JENNINGS RANDOLPH LAKE



P.O. BOX 247



ELK GARDEN, WV 26717





Payment will be submitted by the above mentioned to the USACE Finance Center in Mill







Contracting Officer Statement





Only a warranted Contracting Officer (either a Contracting Officer or an Administrative Contracting Officer (ACO)), acting within their appointed limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract, you shall not proceed with the change and shall immediately notify the Contracting Officer. Proceeding with any work not authorized by the Contracting Officer will be at the Contractor’s own risk.





Section H – Special Contract Requirements





ANTITERRORISM/OPERATIONS SECURITIES-OPSEC






  1. Access and General Protection/Security Policy and Procedures. "All contractor and all associated sub-contractors’ employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes."






  1. For contractors who do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.






  1. Suspicious Activity Reporting Training (e.g. iWATCH, CorpsWatch, or See Something, Say Something). "The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training."






  1. Will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. "All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas."






  1. Pre-screen candidates using E-Verify Program. "The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award." *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file.







Section L – Instructions, Conditions, and Notices to Offerors or Quoters





Addendum to 52.212-1 Instructions to Offerors – Commercial Items





(a) Quote requirements.





(1) The quote shall be submitted with a cover page, first page of the SF 1449 solicitation and block 30 completed (attached), and three volumes in Microsoft Word Document or Adobe Acrobat Document format. The cover page shall include the quoter’s CAGE Code, TAX ID, and DUNS/UEI number. Each volume, as described below, shall be appropriately labeled to present a clear and organized quote:





Volume I – Technical Capability



Volume II – Past Performance



Volume III – Price





(2) Volume Requirements.





(i) Volume I – Technical Capability. This volume shall describe the quoter’s capability to perform the performance work statement in Section C.





(ii) Volume II – Past Performance. Describe at least one, but no more than two, recent and relevant contract project performed within the past two years. Provide –





(A) A brief narrative regarding the contract’s relevance in size and scope in relation to the Performance Work Statement. Include contract number, contract type, contract value, contract start and completion dates, and customer point of contact (name, phone number, and email address). Past Performance information is limited to one page for each contract project; or





(B) Completed NAVFAC/USACE Past Performance Questionnaires (Form PPQ- Attachment J-2).





(iii) Volume III – Price. Provide Section B of the SF 1449 completed with prices.





Questions regarding this solicitation shall be submitted by email to Brandi Dupree, brandi.a.dupree@usace.army.mil 29 February 2024 at 1:00 PM EST. Responses to questions, amendments, and notices will be posted to SAM. It is the vendor’s responsibility to check SAM for any subsequent posts.



















Section M - Evaluation Factors for Award







SUBMISSION REQUIREMENTS The Government will award a firm-fixed-price (FFP) contract to the responsible offeror whose offer conforms to the requirements as stated in this request for quotation (RFQ). The award will be made based on the following three (3) evaluation factors: Technical, Past Performance, and Price. The Government intends to evaluate quotes and make award without questions to offerors. Therefore, the Offeror's initial quote should contain the Offeror's best terms from a Technical and Cost standpoint. Unclear quotes may not result in questions for clarifications. Offers with an omission or unclear quote may be judged to mean the contractor does not fully understand the requirements or understand what it takes to meet the requirements, regardless of the proposed cost/price, and will be rated unacceptable. In that case, the Offeror may be found unacceptable, and ineligible for award. The Government reserves the right to ask questions of offerors if the Contracting Officer determines them to be necessary.





A. TECHNICAL:





This information consists of the offeror’s intended approach to executing the contract. The submission for this section shall not exceed 5 pages in length, excluding resumes. The offer will be evaluated to ensure all the items below are provided:





1. Capabilities plan:





The proposed capabilities should include adequate documentation to illustrate the Offeror’s capabilities to successful complete the work identified within the solicitation. The proposed capabilities should include adequate documentation to illustrate the Offerors capabilities to successfully complete the work identified within the solicitation. The proposed capability plan should include a proposed description of how the work will be completed.





Evaluation Criteria:





The Government will check Offeror’s capabilities plans for each project for completeness and reasonableness. A complete and reasonable capabilities plan will receive an Acceptable rating. Incomplete or unreasonable plans will receive a rating of Unacceptable. Government will evaluate the clarity and strength of the overall organization and how well it is organized and structured to execute the entire scope of work. The Government will evaluate the capability of the firm to execute the project. The Government will evaluate the Contractor’s resources to determine if it has the capability to self-perform the required amount of the project, in accordance with public policy to assure adequate interest in and supervision of all work.





















Rating



Description



Acceptable



A complete and reasonable staffing, equipment, and capabilities plan was submitted.



Unacceptable



An incomplete or unreasonable staffing, equipment, and capabilities plan was submitted.



Neutral



No staffing, equipment, or capabilities plan was submitted.









B. PAST PERFORMANCE:



Past performance refers to the quality of recent project experience from the customers.



perspective. The Offeror shall arrange for the reference customer point of contact for three projects to fill out the Past Performance Questionnaire and return directly to Brandi Dupree, Contract Specialist, e-mail at brandi.a.dupree@usace.army.mil.





The questionnaires must be forwarded directly by the references. Ensure that the reference is clearly marked for the applicable Offeror when submitted. The Government will not release the questionnaire forms to the Offeror at any time, for the Government to solicit candid, unbiased responses, and comments.





The Offeror shall provide three (3) references for previously completed jobs. References shall include a point of contact and contact information. These references must be relevant to the work which will be performed in this contract and recent (within the past five (5) years). of work self-performed (subcontracting out all work is an examples of less relevant experience).





In addition, The Offeror shall demonstrate recent, relevant experience on similar projects as specified in the performance work statement. If the Offeror is a joint venture, each firm shall demonstrate experience on similar projects.





1. Evaluation Criteria: The Government will evaluate how well the Offeror demonstrated their recent (within three years of the issue date of the RFQ), relevant experience with similar projects. Similar projects are projects that involved load testing of cranes. If the Offeror is a joint venture, each entity must demonstrate qualifying experience comparable to its role on the project. The Government reserves the right to verify the experience record of cited projects or other recent projects or to interview owners or references. The Government reserves the right to check any or all cited references to verify supplied information. A rating of Unacceptable will be given to an Offeror who cannot demonstrate a history of recent, relevant experience. The Government will consider extent of recent experience, degree of relevance of such experience to this project, demonstrated familiarity with similar sites and local conditions. Some examples of relevancy to this project may include, but not be limited to: (1) Number, size, type work, location; (2) Dates (completion within last 10 years); and (3) Firm's role and extent of work self-performed (subcontracting out all work is an examples of less relevant experience).











Past Performance Rating Definition





PAST PERFORMANCE RATING



DEFINITION



ACCEPTABLE



Past performance references and /or PPQ has satisfactory ratings and clearly meets the minimum requirements of the solicitation.



UNNACEPTABLE



Past performance references and/ or PPQ has unsatisfactory ratings and clearly does not meet the minimum requirements of the solicitation.



NEUTRAL



No past performance submitted.





C. PRICE:





Quote Sheet must be filled out completely. Government template provided. All line items must be priced.





Quotes providing partial pricing shall be considered non-responsive.





Pricing will be evaluated in accordance with FAR 13.106-3(a). The government may require additional pricing information to assist in determining the extent to which the price is fair, and reasonableness and the pricing information shall be provide if requested. The Government will evaluate quotes for award purposes by adding the total of all CLIN prices to ensure that pricing is not unbalanced. Offeror must complete all line items to be considered for award. This submission item is not rated. Award will be made for the lowest-price, technically acceptable offer.






Attachments/Links
Contact Information
Contracting Office Address
  • RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
  • BALTIMORE , MD 21201-2526
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 22, 2024 04:08 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >