COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions.
The solicitation document PR# F4F1AU7047AC01, is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-95. Reference the PR solicitation number in the subject line of the RFQ response.
The associated NAICS code is 811219. The small business size standard is: $20.5M.
This RFQ is not a small business set aside.
See attached statement of work for requirements specifications.
Period of Performance and CLIN structure/Description:
Base: 01 September 2017 - 31 August 2018
0001 - Power Distribution Preventative and
0002 - Emergency Maintenance
0003 - Data
Option 1 01 September 2018 - 31 August 2019
1001 - Power Distribution Preventative and Emergency Maintenance
1002 - Emergency Maintenance
1003 - Data
Option 2 01 September 2019 - 31 August 2020
2001 - Power Distribution Preventative and Emergency Maintenance
2002 - Emergency Maintenance
2003 - Data
Option 3 01 September 2020 - 31 August 2021
3001 - Power Distribution Preventative and Emergency Maintenance
3002 - Emergency Maintenance
3003 - Data
Option 4 01 September 2021 - 31 August 2022
4001 - Power Distribution Preventative and Emergency Maintenance
4002 - Emergency Maintenance
4003 - Data
The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition.
The provision at 52.212-2, Evaluation - Commercial items, applies; the only evaluation factor being price.
The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items.
Offeror Representations and Certifications -- Commercial Items (Jan 2017)
All items must be TAA compliant in accordance with the FAR.
DPAS rating is DO-C9.
Open market pricing is required.
Award will be made to the lowest price, technically acceptable, responsive, responsible offer.
Vendors submitting a response to any RFQ that includes a requirement for supplies and/or services that have incurred, or that may incur a lapse in maintenance support prior to the award date, shall include as part of its response any applicable reinstatement fee(s).
Anticipated Award Date is 30 JUN 2017.
Lt Col Kenneth L. Decker, Jr. has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first be directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at [email protected].
Proposals are due by 09:03 AM EST, 28 JUN 2017. Proposals shall be emailed to [email protected]. In addition to submitted proposals, please provide a completed copy of the Tax Liability Form provided as an attachment to this RFQ.
Any questions regarding this acquisition should be directed to:
William DeQuinzio
(937) 656-7477