New Jersey Bids > Bid Detail

Heater Repair Services

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159970002840333
Posted Date: Feb 5, 2024
Due Date: Feb 26, 2024
Source: https://sam.gov/opp/3434fbcbd9...
Follow
Heater Repair Services
Active
Contract Opportunity
Notice ID
W15QKN-24-Q-5030
Related Notice
W15QKN-24-Q-5030
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-NJ
Office
W6QK ACC-PICA
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: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 05, 2024 09:54 am EST
  • Original Date Offers Due: Feb 26, 2024 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Joint Base MDL , NJ
    USA
Description

THIS REQURIEMENT IS SOLICITED AS A SMALL BUSINESS SET ASIDE



THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS



1. The Army Contracting Command – New Jersey (ACC-NJ) on behalf of the United States Army Support Activity Fort Dix DPTMS has a requirement to procure Heater Repair Service. The scope of this requirement is for the contractor to service the heaters as needed.



2. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of a 12-month base period and four (4) 12-month option periods.



3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM go to https://www.SAM.gov



4. See Federal Acquisition Regulation (FAR) Clause 52.212-1, “Instructions to Offerors – Commercial Services” and FAR 52.212-1, Addendum for additional information.



5. See FAR Clause 52.212-2, “Evaluation – Commercial Services” and FAR 52.212-2, Addendum for additional information and evaluation criteria.



6. A Site Visit shall be avaliable 14 February 2024 starting promptly at 10:00 AM Eastern Standarad Time (EST). This will be the only site visit to view the grounds. Parties interested in a site visit shall email Mr. Flagg at eduardo.d.flagg.civ@army.mil, the Contract Specialist Nelia Shyshak at nelia.shyshak.civ@army.mil, the Contracting Officer Torrence Trappier at torrence.trappier.civ@army.mil no later than 10:00 AM EST on Tuesday 12 February 2024. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Meeting Location for the site visit is 5505 Tennessee Ave. Anyone who is late to the Site Visit shall lose their opportunity for a site visit. No other site visit will be scheduled. No questions will be responded to at the site visit.



1. All questions regarding this solicitation shall be submitted via Email no later than 2:00 PM EST on Friday 16 February 2024 to the Contract Specialist: Nelia Shyshak at nelia.shyshak.civ@army.mil and the Contracting Officer: Torrence Trappier at torrence.trappier.civ@army.mil. The questions will be answered all at once and uploaded ton the Contract Opportunities website at https://www.sam.gov posting after the question period has ended.



2. COMPLETING A QUOTE FOR SUBMITTAL



a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to Nelia Shyshak at nelia.shyshak.civ@army.mil and Torrence Trappier at torrence.trappier.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at https://www.sam.gov.



b. The Offeror shall provide the name, title, address, email address, and telephone number of the company/division point of contact regarding business decisions made wit respect to the proposal and who can contractually obligate the company. In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation.



c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status.



d. The offeror shall submit a signed SF1449 (Pg. 1, Block 30a. Signature of Offeror/Contractor). The offeror is required to complete blocks 17, 30a, 30b, and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation.



e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.



f. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5 “Insurance – Work on a Government Installation” and “Required Insurance”.



g. The offeror is reminded it shall offer on any issued plans, drawings, and specifications as amended. Any deviations, conditions or attachments made by the offeror itself may render the offer non-responsive and may be cause for its rejection.



3. All services shall be performed in accordance with the Performance Work Statement (PWS)



4. All offers shall remain valid for 120 calendar days.



5. SAM Eunique ID#:__________________________



6. CAGE(commercial and government entity)code___________________



7. Federal Tax ID __________________



8. ****This project is small business set aside under NAICS 238220 with the business size standard of $19,000.000.00.



9. Multiple proposals will not be accepted.



10. The following are part of this solicitation:



- Attachment 1: Performance Work Statement – COL Heater Service


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • 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 >