************** CHANGES *****************************
The set-aside has changed UNRESTRICTED.
Questions due date: 2:00PM EST, 12 MAY 2025.
Soliciation Closing date: 2:00PM EST, 21 MAY 2025.
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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 solicitation number and a statement that the solicitation is issued as request for quotation (RFQ).
the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.
The solicitation number for this RFQ is W9124M25QA004.
NAICS Code: 811210
Set-Aside: Full and Open
Price shall include Firm Fixed Pricing for one (1) base year and two (2) optional years, each a duration of twelve (12) months. The expected period of performance will be 1 June 2025 – 31 May 2028 for a total of 36 months.
The Government contemplates award of a Firm-Fixed Price type contract in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated in accordance with FAR 13.106-2 for the procurement of the scales repair and maintenance service. Performance Work Statement (PWS) is attached.
To be eligible for an award, Offerors must be registered in the System for Award Management (SAM) at the time the quote is submitted. Offeror can contact SAM by calling 1-866-606-8220 or www.sam.gov. NO EXCEPTIONS.
INSTRUCTIONS AND INFORMATION TO OFFERORS:
Addendum to FAR 52.212-1 Instruction to Offerors-- Commercial Items/Services
Reference (c) above. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers.
INSTRUCTIONS TO OFFERORS
1. Offerors are responsible for submitting quotes by e-mail to addresses listed below by 21 May 2025, 2:00 PM EST. The quote must be complete and respond directly to the requirement of this solicitation. Contracting Officer (KO), Sheung Li and Contract Specialist (KS) Curtis Hanna, e-mail to both parties at Sheung.C.Li.Civ@army.mil and curtis.r.hanna.civ@army.mil.
It is the offeror’s responsibility to ensure that quotes are received by the government as instructed.
2. Price: Prospective offerors are required to propose unit prices in US Dollars (rounded to the nearest cent and no more than two decimal places) inclusive of Contract Line Items (CLINs) listed in the Continuation of Supplies or Services and Prices/Costs (Schedule B) section. The offeror shall then enter the total amount for the base year and each option year.
3. Technical:
a. Quote must provide technician’s certification or licenses in accordance with Georgia State law to perform maintenance, repair, calibration and certification of the equipment in accordance with the performance work statement.
b. Provide list of testing and calibration tools/equipment and provide proof of current calibration certificates for said tools/equipment.
c. Vendor must be licensed and certified in accordance with State of Georgia and applicable federal regulatory bodies to perform scale calibration and maintenance services.
4. Quotation submission: Offerors complete quote shall consist of:
a. Complete SF1449, signed and acknowledged amendment, if applicable.
b. Proposed prices (in US Dollars) for each CLIN.
c. Technical
d. Completed FAR 52.212-3, Offeror Representations and Certifications – Commercial Item
e. Completed FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns
5. Question Submission:
Address any questions or concerns to the Contracting Officer (KO) and the Contract Specialist (KS) listed above.
The deadline for all questions, concerns, and/or requests for clarification is no later than 21 March 2025, 2:00 PM EST. The Government will not respond to submissions past the deadline.
FAR clause 52.212-2 Evaluation-Commercial Products and Commercial Services, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision.
Offerors shall complete FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.
FAR clause 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.
FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.
Offer Due date and time: 21 May 2025, 2:00 PM EST
POC:
Contracting Officer (KO), Sheung Li, email: Sheung.C.Li.Civ@army.mil
Contract Specialist (KS) Curtis Hanna, email: curtis.r.hanna.civ@army.mil
UPDATE:
ADD
Technical Exhibit 1 – Real property List W/Location.
Technical Exhibit 2 - Estimated Workload Data.
Technical Exhibit 3 - IMCOM Standards.
Technical Exhibit 5 – Forms.
Technical Exhibit 6 FSGA Garrison Map Scales
Technical Exhibit 7 HAAF Garrison Map Scales
**************************************************************
This requirement is for the procurement of Scales Maintenance, Repair, calibration, and Certification. This requirement provides preventive maintenance, repair services, inspection, testing and certifications of all transportation scales located on Fort Stewart and Hunter Army Airfield, Georgia. This is required to continue the safe certified operation of scales to meet the mission as directed by higher Command and the Common Level of Service (CLS) maintenance requirements issued by IMCOM. IAW all applicable Federal, State, and local laws, and regulations. The service requested supports CLS 411 Facilities Maintenance and LOE 2 Effective BASOPS Support Services.