HANEL LIFT SYSTEM Annual Maintenance
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159972335768126 |
Posted Date: | May 5, 2023 |
Due Date: | May 17, 2023 |
Solicitation No: | W9127Q-23-R-0005 |
Source: | https://sam.gov/opp/2c2851cc15... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: May 05, 2023 01:38 pm CDT
- Original Date Offers Due: May 17, 2023 02:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jun 01, 2023
-
Initiative:
- None
- 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:
Gulfport , MS 39505USA
COMBINED SYNOPSIS/SOLICITATION
W9127Q-23-R-0005
MISSISSIPPI NATIONAL GUARD - AVCRAD
HANEL LIFT MAINTENANCE SERVICES
SOLICITATION
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and the accompanying attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, W9127Q-23-R-0005, is being issued as a Request for Proposal (RFP) using Contracting by “Lowest Price Technically Acceptable” procedures from FAR Part 12. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2023-02 effective 16 March 2023, and the Defense Federal Acquisition Regulations (DFARS) updated 22 March 2023. The provisions and clauses incorporated into this solicitation are contained within this combined synopsis/solicitation and within all attachments to the same. This procurement is being issued as a Total Small Business Set-Aside. The North American Industrial Classification System Code (NAICS) is 811310 with a business size standard of $12,500,000.00.
Period of Performance:
The Government contemplates an award of a firm fixed price contract for a base period of one (1) year and four (4) option year periods resulting from this solicitation.
Place of Performance:
All Services shall be performed at MS Army National Guard - Aviation Classification Repair Activity Depot (AVCRAD), located om Hewes Avenue in Gulfport, MS. Inspection: Destination Acceptance: Destination
Scope of Requirement
The United States Property and Fiscal Office for Mississippi-Contracting Office, Jackson, MS intends to issue a contract for Aviation Classification Repair Activity Depot (AVCRAD). This requirement is to provide the Mississippi Army National Guard (ARNG) with Annual Maintenance Services for three (3) Hanel Parts Tower(s). Contractor must be an authorized contractor for Hanel Systems and shall provide all personnel, equipment, tools, materials/parts, supervision, and quality control necessary to perform annual Maintenance Services on three (3) Hanel Parts Tower(s) located at the MS- AVCRAD Gulfport, Mississippi. Contractor shall be responsible for ensuring all services, parts, and Original Equipment Manufacturer (OEM) components provided under this contract are in accordance with (IAW) the terms and conditions outlined herein, conform to the manufacturer’s equipment specifications.
- SSA 2. N-TOWER
Make: Hanel Storage Systems Make: Hanel Storage Systems
Model: Lean Lift 3260-1047 ES31 Model: Lean Lift 2460-635 HS32
Comm No. 466.197/2-2 Comm No. 466.197/1-2
3. M-TOWER
Make: Hanel Storage Systems
Model: Lean Lift 2460-635 ES31
Comm No. 326.601
CLIN 0001 (Base Year) – HANEL ANNUAL PREVENTIVE MAINTENANCE SERVICES: As described in the Statement of Work - The Contractor shall provide Annual Maintenance Services on three (3) Hanel Parts Tower(s) located at the MS- AVCRAD Gulfport, Mississippi. Maintenance shall be IAW manufacturer’s equipment specifications.
- Anticipated Period of Performance 1 June 2023 to 31 May 2024.
- Firm Fixed Price (FFP) Quantity/Unit of Issue: 3 Job,
CLIN 0002 (Base Year) – REPAIR PARTS for HANEL LIFT MAINTENANCE
Maintenance Services shall include OEM parts & components IAW manufacturer’s equipment specifications. Annual Maintenance parts to include but not limited to: CPU, Display, & Memory Card. Pricing shall not exceed (NTE) the funded amount provided at time of award.
- Anticipated Period of Performance 1 June 2023 to 31 May 2024.
- Firm Fixed Price (FFP) Quantity/Unit of Issue: 1 Job,
CLIN 1001 (Option Year 1) – HANEL ANNUAL PREVENTIVE MAINTENANCE SERVICES: As described in the Statement of Work - The Contractor shall provide Annual Maintenance Services on three (3) Hanel Parts Tower(s) located at the MS- AVCRAD Gulfport, Mississippi. Maintenance shall be IAW manufacturer’s equipment specifications.
- Anticipated Period of Performance 1 June 2024 to 31 May 2025.
- Firm Fixed Price (FFP) Quantity/Unit of Issue: 1 Job,
CLIN 1002 (Option Year 1) – REPAIR PARTS for HANEL LIFT MAINTENANCE
Contractor shall provide parts as necessary for general maintenance to include but not limited to CPU, Display, & Memory Card. Pricing shall not exceed (NTE) the funded amount provided.
- Anticipated Period of Performance 1 June 2024 to 31 May 2025.
- Firm Fixed Price (FFP) Quantity/Unit of Issue: 1 Job,
CLIN 2001 (Option Year 2) – HANEL ANNUAL PREVENTIVE MAINTENANCE SERVICES: As described in the Statement of Work - The Contractor shall provide Annual Maintenance Services on three (3) Hanel Parts Tower(s) located at the MS- AVCRAD Gulfport, Mississippi. Maintenance shall be IAW manufacturer’s equipment specifications.
- Anticipated Period of Performance 1 June 2025 to 31 May 2026.
- Firm Fixed Price (FFP) Quantity/Unit of Issue: 1 Job,
CLIN 2002 (Option Year 2) – REPAIR PARTS for HANEL LIFT MAINTENANCE
Contractor shall provide parts as necessary for general maintenance to include but not limited to CPU, Display, & Memory Card. Pricing shall not exceed (NTE) the funded amount provided.
- Anticipated Period of Performance 1 June 2025 to 31 May 2026.
- Firm Fixed Price (FFP) Quantity/Unit of Issue: 1 Job,
CLIN 3001 (Option Year 3) – HANEL ANNUAL PREVENTIVE MAINTENANCE SERVICES: As described in the Statement of Work - The Contractor shall provide Annual Maintenance Services on three (3) Hanel Parts Tower(s) located at the MS- AVCRAD Gulfport, Mississippi. Maintenance shall be IAW manufacturer’s equipment specifications.
- Anticipated Period of Performance 1 June 2026 to 31 May 2027.
- Firm Fixed Price (FFP) Quantity/Unit of Issue: 1 Job,
CLIN 3002 (Option Year 3) – REPAIR PARTS for HANEL LIFT MAINTENANCE
Contractor shall provide parts as necessary for general maintenance to include but not limited to CPU, Display, & Memory Card. Pricing shall not exceed (NTE) the funded amount provided.
- Anticipated Period of Performance 1 June 2026 to 31 May 2027.
- Firm Fixed Price (FFP) Quantity/Unit of Issue: 1 Job,
CLIN 4001 (Option Year 4) – HANEL ANNUAL PREVENTIVE MAINTENANCE SERVICES: As described in the Statement of Work - The Contractor shall provide Annual Maintenance Services on three (3) Hanel Parts Tower(s) located at the MS- AVCRAD Gulfport, Mississippi. Maintenance shall be IAW manufacturer’s equipment specifications.
- Anticipated Period of Performance 1 June 2027 to 31 May 2028.
- Firm Fixed Price (FFP) Quantity/Unit of Issue: 1 Job,
CLIN 4002 (Option Year 4) – REPAIR PARTS for HANEL LIFT MAINTENANCE
Contractor shall provide parts as necessary for general maintenance to include but not limited to CPU, Display, & Memory Card. Pricing shall not exceed (NTE) the funded amount provided.
- Anticipated Period of Performance 1 June 2027 to 31 May 2028.
- Firm Fixed Price (FFP) Quantity/Unit of Issue: 1 Job,
**Use the Attachment 2: Proposal Submission Form, to provide your offering.
Basis of Award
A single award will be made to the offeror who represents the best value to the Government as outlined in accordance with the criteria set forth within the solicitation, with appropriate consideration given to Lowest Price Technically Acceptable (LPTA). Government intends to solicit quotes and award only one contract using the procedures in FAR Parts 12; award will be made without discussions. Review FAR 52.212-2 for evaluation
The offeror’s technical Proposal shall be evaluated on an Acceptable/Unacceptable basis. Offerors who rate unacceptable in Technical will be removed from further consideration for award. Price will be evaluated to determine reasonableness of the proposed price. Unreasonable Offers cannot be selected for award.
Service Contract Act
Currently, Wage Determination #2015-5147 Revision 20 dated 12/27/2023 is applicable to this task order. Rates can be found at https://www.wdol.gov/dba.aspx However, the current prevailing Wage Determination will be incorporated at the time of award. In the event the current prevailing Wage Determination is changed by the Department of Labor after the closing date of this solicitation, the updated Wage Determination will be incorporated by amendment and issued to all Offerors that have not been eliminated from the competition.
Proposal Submission Requirements
PROPOSAL ARE DUE NLT 2:00 PM (CST) on WEDNESDAY, MAY 17, 2023
1. Email proposals are acceptable/preferred. Email to:
lisa.d.anguizola.civ@army.mil; tina.m.williams150.mil@army.mil
2. Hand Delivered or mailed proposals may be sent to:
USPFO for MS, Purchasing and Contracting,
ATTN: L Anguizola & T Williams
144 Military Drive,
Flowood, MS 39232
Lower left corner of envelope must state: CONFIDENTIAL
“RFP W9127Q-23-R-0005 Enclosed”
Proposals may be received early; however, they will not be accepted after 2:00 PM on Wednesday, May the 17rd. Facsimile proposals WILL NOT be accepted. Contractor is responsible for following up to ensure proposals are received in the USPFO P&C Office by the due date/time stated above. Proposals must include a statement that pricing is valid for at least 60 days after proposal’s closing date/time.
Proposal Package should include:
1. Attachment 1-Proposal Form completed and signed by an authorized representative for the company
2. Additional Offeror Representations and Certifications as required in
FAR 52.212-3
3. Intended Annual Maintenance Service Agreement on company letterhead
4. Certification/Authorization indicating HANEL LIFT Service Center
Request for Information
All questions must be submitted in writing (email preferred) to the e-mail addresses provided above, in submission of proposals. Questions must be submitted no later than COB ton 11 May 2023 (3 business days prior to close date/time). No questions will be addressed after this date.
Interested offerors must be registered and visible in the System for Award Management (SAM) prior to proposal submission. To register go to: https://www.sam.gov/portal/public/SAM. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. It is the Government’s intention to award without discussions. Award will be made (all or none) to one vendor.
Attachments:
Attachment 1- Provisions and Clauses
Attachment 2- Proposal Submission Form
Attachment 3- Wage Determination #2015-5147 Harrison Co
Attachment 4- Statement of Work - HANEL LIFT ANNUAL MAINTENANCE
Provisions / Clauses
The contractor shall refer to “Attachment #1, Provisions and Clauses” for the clauses and/or provisions applicable to this RFP. Note provisions and clauses are referenced either by full text or incorporated by reference, the same being 52.212-1; 52-212-2; 52-212-3 with Alternate I; 52.212-4; and 52.212-5. Clauses and Provisions incorporated by reference may be accessed via the Internet at www.acquisition.gov.
- KO FOR MSARNG DO NOT DELETE 144 MILITARY DRIVE
- FLOWOOD , MS 39232-8861
- USA
- Lisa Anguizola
- lisa.a.anguizola.civ@army.mil
- Tina Williams
- tina.m.williams150.mil@army.mil
- May 05, 2023 01:38 pm CDTCombined 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.