This is a combined synopsis for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. It is the Government's intent to award this requirement using FAR Subpart 13.5 procedures. This announcement constitutes the only solicitation; quotes are being requested and no other written solicitation will not be issued. Quotes shall reference solicitation number HQC004-24-Q-0066. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 dated 04/22/2024. The associated North American Industry Classification (NAICS) code is 811310 with a small business size standard of $12.5M. This requirement is being solicited as a 100% total small business set-aside.
Description of Supplies/Services: The Defense Commissary Agency (DeCA) stores located at Buckley AFB, USAF Academy, Peterson AFB and Fort Carson have a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP). The MFP equipment consists of mixer grinder systems, conveyor systems, meat saws, ovens, proofers, meat choppers, bulkers, tenderizers, rotisseries, and slicers. PMs will be performed on the equipment as identified in the Performance Work Statement (PWS) (Attachment 1). Additionally, the PWS provides the performance objectives and elements required for this acquisition. The equipment quantities located at each commissary store can be found in the attached MFP Equipment Listing (Attachment 4). A firm fixed price contract is expected for this requirement. There is no commitment by the Government to be responsible for any monies expended by the industry responses to this RFQ.
Period of Performance:
Base Year: October 1, 2024 – September 30, 2025
Option Year One: October 1, 2025 – September 30, 2026
Option Year Two: October 1, 2026 – September 30, 2027
Option Year Three: October 1, 2027 – September 30, 2028
Option Year Four: October 1, 2028 - September 30, 2029
Contract Line Items (CLINs) – See attached Excel Spreadsheet to submit pricing.
52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEPT 2023) applies to this acquisition. (b)(4) Technical acceptability: Each offeror shall submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary, as outlined below in FAR 52.212-2. The narrative must be written in a clear, concise fashion, describing the technical experience of technicians and how the offeror proposes to perform the requirements stated in the Performance Work Statement (PWS).
Please respond to the following:
- Provide a brief narrative, not to exceed 3 pages, explaining how your company intends to perform the
standards prescribed in Section 3 of the PWS.
- Provide a brief narrative, not to exceed 3 pages, explaining how your service technicians have a sound
mechanical aptitude, ability, and an extensive working knowledge of troubleshooting, diagnosis, and
repairing the equipment listed in PWS Section 1.2.4.
(b)(6) Price: Provide your best price for each line item. The price for each store’s PM will be billed quarterly and the price for each store’s Unscheduled Repairs, to include parts, labor and travel, will be billed monthly. Enter all pricing for the base and option years.
52.212-2, Evaluation-Commercial Products and Commercial Services (N0V 2021) applies to this acquisition. The following factors shall be used to evaluate offers:
- Technical Capability of Service
- Price
- Past performance
Technical and past performance, when combined, are equally important to price.
Award will be made based on price and technical capability of the offeror. Offeror will be determined to be technically acceptable if their proposed service meets the minimum requirements/standards outlined in the performance work statement.
Price will be evaluated IAW FAR 13.106-3(a)(1), price reasonableness based on competitive quotations received in response to the solicitation. The price considered will be the combined total of the base year and four option periods.
Each offeror will be required to submit a technical narrative detailing how they intend to perform the requested service. The technical narrative will be rated on an acceptable or unacceptable scale based on how well the narrative meets the standards presented in the performance work statement. The requiring activity will complete the technical capability evaluation.
Each offeror is required to submit their past performance references. Performance reviews under DeCA, or any other Federal agency, contracts provided by the references identified in the quote will be used in the evaluation of past performance. Past performance will be rated as acceptable or unacceptable and the assessment is a matter of judgement. If the offeror has no record of past performance, but is otherwise deemed responsible, they will be rated as acceptable. Performance capabilities and past performance, when combined are of equal importance when compared to price.
The offeror that presents the quotation that is the most advantageous to the Government shall be awarded the anticipated firm-fixed price contract.
52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition.
52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (May 2024) applies to this acquisition.
Additional Provisions, Contract Requirements, and Terms and Conditions
PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE
52.203-3
Gratuities
APR 1984
52.203-12
Limitation on Payments to Influence Certain Federal Transactions
JUN 2020
52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
JAN 2017
52.204-4
Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
MAY 2011
52.204-7
System for Award Management
OCT 2018
52.204-13
System for Award Management Maintenance
OCT 2018
52.204-19
Incorporation by Reference of Representations and Certifications.
DEC 2014
52.204-23
Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
DEC 2023
52.204-25
Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
NOV 2021
52.204-27
Prohibition on a ByteDance Covered Application
JUN 2023
52.209-10
Prohibition on Contracting with Inverted Domestic Corporations
NOV 2015
52.223-3
Hazardous Material Identification and Material Safety Data
FEB 2021
52.223-5
Pollution Prevention and Right-to-Know Information
MAY 2024
52.232-17
Interest
MAY 2014
52.232-18
Availability of Funds
APR 1984
52.232-33
Payment by Electronic Funds Transfer--System for Award Management
OCT 2018
52.233-3
Protest After Award
AUG 1996
52.233-4
Applicable Law for Breach of Contract Claim
OCT 2004
52.237-1
Site Visit
APR 1984
52.237-2
Protection of Government Buildings, Equipment, and Vegetation
APR 1984
52.244-2
Subcontracts
JUN 2020
52.245-1
Government Property
SEPT 2021
52.245-9
Use and Charges
APR 2012
252.201-7000
Contacting Officer’s Representative
DEC 1991
252.203-7000
Requirements Relating to Compensation of Former DoD Officials
SEPT 2011
252.203-7002
Requirement to Inform Employees of Whistleblower Rights
SEPT 2013
252.203-7005
Representation Relating to Compensation of Former DoD Officials
NOV 2011
252.204-7004
Antiterrorism Awareness Training for Contractors
JAN 2023
252.204-7008
Compliance with Safeguarding Covered Defense Information Controls
OCT 2016
252.204-7012
Safeguarding Covered Defense Information and Cyber Incident Reporting
MAY 2024
252.204-7015
Notice of Authorized Disclosure of Information for Litigation Support
JAN 2023
252.209-7004
Subcontracting with Firms That Are Owned or Controlled by The Government of a Country that Is a State Sponsor of Terrorism
MAY 2019
252.216-7009
Allowability of Legal Costs Incurred in Connection with a Whistleblower Proceeding
DEC 2022
252.223-7008
Prohibition of Hexavalent Chromium
JAN 2023
252.225-7001
Buy American and Balance of Payments Program
FEB 2024
252.225-7002
Qualifying Country Sources as Subcontractors
MAR 2022
252.225-7012
Preference for Certain Domestic Commodities
APR 2022
252.225-7048
Export-Controlled Items
JUN 2013
252.232-7003
Electronic Submission of Payment Requests and Receiving Reports
DEC 2018
252.232-7010
Levies on Contract Payments
DEC 2006
252.239-7001
Information Assurance Contractor Training and Certification
JAN 2008
252.243-7001
Pricing of Contract Modifications
DEC 1991
252.244-7000
Subcontracts for Commercial Items or Commercial Services
NOV 2023
252.245-7003
Contractor Property Management System Administration
APR 2012
252.245-7005
Management and Reporting of Government Property
JAN 2024
Management and Reporting of Government Property
JAN 2024
JAN 2024
252.247-7023
Transportation of Supplies by Sea
JAN 2023
INSTRUCTIONS TO THE OFFEROR
Offeror shall include a completed copy of the provision at 52.204-20, Predecessor of Offeror (AUG 2020), with its offer.
Offeror shall include a completed copy of the provision at 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021), with its offer.
Offeror shall include a completed copy of the provision at 52.204-26, Covered Telecommunications Equipment or Services--Representation (OCT 2020), with its offer.
Offeror shall include a completed copy of the provision at 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016), with its offer.
Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024)
Offeror shall include a completed copy of the provision at 52.219-28, Post-Award Small Business Program Representation (FEB 2024), with its offer.
Offeror shall include a completed copy of the provision at 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (MAY 2014), with its offer.
- “Does” = Service Contract Labor Standards (FAR 52.222-41) WILL NOT apply.
- “Does Not” = Service Contract Labor Standards (FAR 52.222-41) WILL apply.
PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
- (a) 30 days; 60 days
- (b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
- (c) 60 months
52.233-2 Service of Protest (SEP 2006)
- (a) Evelyn Settles
- Director, Acquisition Management
Defense Commissary Agency
ATTN: CCQS
1300 Eisenhower Avenue
Fort Gregg-Adams, Virginia 23801-1800
- (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
- https://acquisition.gov/browse/index/far
- https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
- https://acquisition.gov/browse/index/far
- https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
52.252-6 Authorized Deviations in Clauses (NOV 2020)
- Defense Federal Acquisition Regulation (48 CFR Chapter 2)
252.232-7006 Wide Area Workflow Payment Instructions (JAN 2023)
Routing Data Table*
Field Name in WAWF
Data to be entered in WAWF
Pay Official DoDAAC
HQ0866
Issue By DoDAAC
HQC004
Admin DoDAAC**
HQC004
Inspect By DoDAAC
N/A
Ship To Code
N/A
Ship From Code
N/A
Mark For Code
N/A
Service Approver (DoDAAC)
HQC
Service Acceptor (DoDAAC)
HQC
Accept at Other DoDAAC
N/A
LPO DoDAAC
N/A
DCAA Auditor DoDAAC
N/A
Other DoDAAC(s)
N/A
IMPORTANT INFORMATION FREEDOM OF INFORMATION ACT (FOIA)
SOLICITATION AND CONTRACTS FOIA AND POSTING NOTICE
Any award(s) resulting from issuance of this solicitation or quote may be posted in the DeCA Freedom of Information Act (FOIA) electronic reading room at www.commissaries.com. The posting will contain the total contract award amount, as well as any awarded individual contract line-item pricing (CLIN and Sub-CLIN). Unexercised option prices will not be published.
In compliance with the provisions of Executive Order 12600, the contract holder may identify to the agency FOIA Officer (foia@deca.mil), within 21 calendar days of the contract award date, any information contained in the contract that it deems to be confidential commercial information. The FOIA officer will review the submission and contact the contract holder with a decision. Failure to identify any such information will be interpreted by the Agency as the contract holder having no such information to identify or withhold from posting in the FOIA electronic reading room.
The postings typically take place at a minimum of two distinct points; upon the initial award of the contract and then again after the final option period has been exercised. However, should a FOIA request for the contract be received in the interim, the contract may be reposted including any awarded contract pricing up to the date of the FOIA request. Unexercised option prices will not be published.
This action is being taken to ensure contract award information is available to the general public, as it was in the past, pursuant to the President’s January 21, 2009 memorandum regarding the Freedom of Information Act (FOIA).
Defense priorities and Allocating System (DPAP) is not applicable to this solicitation.
The completed solicitation package with quotes must be returned no later than 4:00 P.M. Eastern Standard Time (EST) on August 23, 2024.
Vendors shall submit quotes by email to Tammy Torres, Contract Specialist and Evelyn Settles, Contracting Officer via email at Tammy.Torres@deca.mil and Evelyn.Settles@deca.mil. No fax, hand delivered, or mail-in quotes will be accepted. Quotes MUST be good for 90 calendar days after close.
Please ensure all information requested is included. Information will be posted to Contract Opportunities: https://sam.gov/content/opportunities. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
Questions pertaining to this solicitation be directed to Tammy Torres and Evelyn Settles via email or phone at Tammy.Torres@deca.mil or (804)734-8000 ext 48549 and Evelyn.Settles@deca.mil or (804) 734-8000 ext 48221 Questions must be received by 10:00 AM EST on August 14, 2024.
Attachments:
Attachment 1 Performance Work Statement (PWS)
Attachment 2 Pricing Sheet (Contract Line-Item Structure)
Attachment 3 Preventive Maintenance Check List
Attachment 4 Equipment List