Louisiana Bids > Bid Detail

SOG HVAC Monthly and Emergency Maintenance and Repair

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159208533414727
Posted Date: Mar 17, 2023
Due Date: Mar 21, 2023
Solicitation No: 15M10423QA4700003
Source: https://sam.gov/opp/764fb45d27...
Follow
SOG HVAC Monthly and Emergency Maintenance and Repair
Active
Contract Opportunity
Notice ID
15M10423QA4700003
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
US MARSHALS SERVICE
Office
DEPT OF JUSTICE US MARSHAL SERVICE
Looking for contract opportunity help?

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.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 16, 2023 03:07 pm EDT
  • Original Published Date: Mar 16, 2023 03:05 pm EDT
  • Updated Date Offers Due: Mar 21, 2023 09:00 am EDT
  • Original Date Offers Due: Mar 21, 2023 09:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 01, 2023
  • Original Inactive Date: May 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Pineville , LA 71360
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with format in the Federal Acquisition Regulations (FAR) 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. Solicitation Number 15M10423QA4700003 is being issued as a Request for Quotes (RFQ) in accordance with FAR Parts 12 and 13 by the United States Marshals Service (USMS), Office of Procurement (OOP), Operational Support Section (OSS). The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular (FAC) Number 2023-01 dated 30 December 2022. Provisions and clauses incorporated by reference have the same effect as if they we in full-text format. The full text of the FAR can be reviewed at https://www.acquisition.gov.



This procurement action is set-aside 100% for Total Small Business concerns. The applicable North American Industry Classification System (NAICS) Code for this acquisition is 238220 with a size standard of $19 million. The applicable Product Service Code (PSC) is J041.



The USMS Special Operations Group Tactical Center (SOGTC), located on-and-around Camp Beauregard (Pineville, Louisiana), has a requirement for HVAC monthly maintenance and repair (to include emergency repairs). The contractor shall provide all labor, equipment, parts and materials that will enable the contractor to remote monitor any HVAC malfunctions via automated alarm. Coverage is to be 24 hours per day, 7 days per week, and 365 days per year. The contractor shall work with the Contracting Officer Representative (COR) to establish access to the monitoring system to contractor personnel as designated by the COR. All work performed by the contractor shall be in accordance with all applicable laws, regulations, instructions, and commercial practices as set forth in the PWS for said services.



The anticipated Period of Performance (POP) shall be as follows:



Base Year: 30 March 2023 – 29 March 2024

Option Year One: 30 March 2024 – 29 March 2025

FAR 52.217-8 Extension: 30 March 2025 – 29 September 2025



The Basis of Award will be Lowest Price Technically Acceptable (LPTA) amongst all offerors with an acceptable past-performance rating. Technical requirements can be found in Technical Exhibit 1 of the PWS. To be considered technically acceptable the contractor must be able to complete all technical requirements as described in the PWS. The requirements for this acquisition are well defined and the risk of unsuccessful contract performance is minimal; therefore, LPTA is appropriate. FAR 13.106(a)(2)(v) & (vi) have been reviewed and all requirements for the use of LPTA have been met. This requirement is subject to the availability of funds; however, should funds be made available, the contract type will be Fixed-Firm-Price (FFP) and will allow for monthly billing.



All offers are due no-later-than 9:00 AM EST on 21 March 2023. All offers and any questions shall be submitted via email to both: christopher.jones10@usdoj.gov and julie.simpson@usdoj.gov. Questions will not be accepted via phone call(s).



Guideline for Submission



(1) – All offerors shall review this solicitation, provisions and clauses, and all attachments prior to submitting a quote. Any questions regarding this solicitation must be submitted PRIOR to the question deadline outlined above.



(2) – Offerors are encouraged to periodically check the System for Award Management (SAM.gov) for any amendments that may be made to the original solicitation, and for the answers to any questions received prior to the submission deadline.



(3) – All offerors are required to have an active registration in SAM at the time they submit their offer/quote. If the offeror does not have an active registration, their offer cannot be considered by the Government. Offerors must also have an active registration in SAM at the time of award to be eligible to receive contract award.



(4) – All offers are due no-later-than 9:00 AM EST on 21 March 2023.



(5) – All questions and offers must be submitted to BOTH christopher.jones10@usdoj.gov and julie.simpson@usdoj.gov. Questions and offers will only be accepted via electronic delivery to the email addresses specified above.



(6) – All offers shall be on company letterhead and must contain the following information:

• Unique Entity ID (UEI) Number

• CAGE Code

• Tax ID Number

• Company Name and Address

• POC Name, Email and Phone Number

• Quote Number

• Solicitation Number



(7) – All offers must have the ability to receive payment via the Invoice Processing Platform (IPP). IPP is a secure, web-based program utilized by Federal agencies to manage the invoice process. IPP registration IS NOT REQUIRED to submit a quote/offer for this procurement, but the successful offeror must register for IPP after award is made.



Quote Format



Quotes shall follow the following Contract Line-Item Structure:



Line Item 0001: SOGTC HVAC Scheduled Maintenance

Quantity: 12

Unit of Issue: Month

Unit Price: $

Line-Item Total: $



Line Item 0002: SOGTC HVAC Unscheduled Maintenance

Quantity: 1

Unit of Issue: LOT

Unit Price: $

Line-Item Total: $



Line Item 1001: SOGTC HVAC Scheduled Maintenance - Option Year One (1)

Quantity: 12

Unit of Issue: Month

Unit Price: $

Line-Item Total: $



Line Item 1002: SOGTC HVAC Unscheduled Maintenance – Option Year (1)

Quantity: 1

Unit of Issue: LOT

Unit Price: $

Line-Item Total: $



Line Item 0003: 6-Month Extension per FAR 52.217-8 (Based on Option Year 1 Pricing)

Quantity: 6

Unit of Issue: Month

Unit Price: $

Line-Item Total: $





Total Quote Value: $



Please see attachments for the Performance Work Statement and the Annual Inspections and Checklist Requirements


Attachments/Links
Contact Information
Contracting Office Address
  • 108 FEDERAL BUILDING 200 W. SECOND STREET
  • DAYTON , OH 45402
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >