Search Contract Opportunities

Miscellaneous Food Processing Equipment (MFP) Maintenance and Repair for Corpus Christi Commissary

ID: HQC00424Q0058 • Type: Solicitation

Description

This is a combined synopsis/solicitation 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-0058. This Request for Quote (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-04 dated 04/01/2024. The associated North American Industry Classification (NAICS) code is 811310 with a small business size standard of $12.5M. The Government intends to award one firm fixed price contract for one base year and four one-year options. The options may be exercised at the discretion of the Government. This solicitation is being issued as 100% total small business set-aside.

Description of Supplies/Services: The Defense Commissary Agency (DeCA) store located in Corpus Christi has a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP).

Period of Performance:

Base Year: July 1, 2024 June 30, 2025

Option Year One: July 1, 2025 June 30, 2026

Option Year Two: July 1, 2026 June 30, 2027

Option Year Three: July 1, 2027 June 30, 2028

Option Year Four: July 1, 2028 - June 30, 2029

Contract Line Items (CLINs) See attached Excel Spreadsheet to submit pricing.

52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021) applies to this acquisition. (b)(4) Technical acceptability: Each offeror shall submit a technical offer, including attachments. It is imperative that your written technical offer addresses the evaluation factors 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 PM's will be billed quarterly and the price for 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:

  1. Technical Acceptability of Service
  2. Price
  3. 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 combined synopsis/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.

FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) must be completed and submitted with quote.

52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2021) applies to this acquisition.

The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), is applicable to this acquisition

52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (June 2023) applies to this acquisition.

Additional Provisions, Contract Requirements, and Terms and Conditions

PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE

52.203-3

Gratuities

APR 1984

52.203-6 Alt I

Restrictions on Subcontractor Sales to the Government Alternate I (NOV 2021)

NOV 2021

52.203-12

Limitation on Payments to Influence Certain Federal Transactions

JUN 2020

52.203-17

Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights

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

52.204-10

Reporting Executive Compensation and First-Tier Subcontract Awards

JUN 2020

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

NOV 2021

52.204-25

Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

NOV 2021

52.209-6

Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

Nov 2021

52.209-10

Prohibition on Contracting with Inverted Domestic Corporations

NOV 2015

52.219-6

Notice of Total Small Business Set-Aside

NOV 2020

52.219-8

Utilization of Small Business Concerns

OCT 2018

52.219-28

Post Award Small Business Program Representation

MAR 2023

52.222-3

Convict Labor

JUN 2003

52.222-19

Child Labor-Cooperation with Authorities and Remedies

DEC 2022

52.222-21

Prohibition of Segregated Facilities

APR 2015

52.222-26

Equal Opportunity

SEP 2016

52.222-37

Employment Reports on Veterans

JUN 2020

52.222-40

Notification of Employee Rights Under the National Labor Relations Act

DEC 2010

52.222-41

Service Contract Labor Standards

AUG 2018

52.222-43

Fair Labor Standards Act and Service Contract Labor Standards- Price Adjustment (Multiple Year and Option Contracts)

AUG 2018

52.222-50

Combating Trafficking in Persons

DEC 2021

52.222-62

Paid Sick Leave Under Executive Order 13706

JAN 2017

52.223-3

Hazardous Material Identification and Material Safety Data

JAN 1997

52.223-5

Pollution Prevention and Right-to-Know Information

MAY 2011

52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

JUN 2020

52.223-20

Aerosols

JUN 2016

52.225-13

Restrictions on Certain Foreign Purchases

FEB 2021

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

52.232-36

Payment by Third Party

MAY 2014

52.232-40

Providing Accelerated Payments to Small Business Subcontractors

DEC 2021

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

OCT 2010

52.245-1

Government Property

JAN 2017

52.245-9

Use and Charges

APR 2012

252.201-7000

Contacting Officer's Representative

SEPT 2011

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

Level I Antiterrorism Awareness Training for Contractors

FEB 2019

252.204-7008

Compliance with Safeguarding Covered Defense Information Controls

OCT 2016

252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting

DEC 2019

252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support

MAY 2016

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

252.232-7010

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

NOV 2023

252.245-7001

Tagging, Labeling, and Marking of Government-Furnished Property

JUN 2021

252.245-7003

Contractor Property Management System Administration

APR 2012

252.245-7004

Reporting, Reutilization and Disposal

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

CLAUSES INCORPORATED BY FULL TEXT

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 52.219-28, Post-Award Small Business Program Representation (Mar 2023), with its offer.

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

52.222-35 Equal Opportunity for Veterans (JUL 2015)

52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)

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 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

  • https://acquisition.gov/browse/index/far
  • https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

52.252-6 Authorized Deviations in Clauses (NOV 2020)

  • Defense Federal Acquisition Regulation (48 CFR Chapter 2)

252.211-7007 Reporting of Government-furnished Property (AUG 2012)

252.215-7008 Only One Offer (JUL 2019)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)

252.232-7006 Wide Area Workflow Payment Instructions (DEC 2018)

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 June 24, 2024.

Vendors shall submit quotes by email to Tammy Torres, Contract Specialist and Melba Brown, Contracting Officer via email at Tammy.Torres@deca.mil and Melba.Brown@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 Melba Brown via email at Tammy.Torres@deca.mil and Melba.Brown@deca.mil. Questions must be received by 10:00 AM EST on June 10, 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

Background
This is a combined synopsis/solicitation 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 procedures. The Defense Commissary Agency (DeCA) store located in Corpus Christi has a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP).

Work Details
This PWS defines the preventive maintenance (PM) and unscheduled repair requirements for MFP equipment at various Defense Commissary Agency (DeCA) locations in the Continental United States (CONUS), to include Alaska, Hawaii and Puerto Rico. The contractor shall perform PM and unscheduled maintenance of MFP equipment, as identified in 1.2, located in CONUS, to include Alaska, Hawaii and Puerto Rico.

Overview

Response Deadline
June 24, 2024, 4:00 p.m. EDT Past Due
Posted
May 23, 2024, 2:37 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Corpus Christi, TX 78419 United States
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 5/23/24 Defense Commissary Agency issued Solicitation HQC00424Q0058 for Miscellaneous Food Processing Equipment (MFP) Maintenance and Repair for Corpus Christi Commissary due 6/24/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811310 (SBA Size Standard $12.5 Million) and PSC J073.
Primary Contact
Name
Tammy Torres   Profile
Phone
804734800048549

Secondary Contact

Name
Melba Brown   Profile
Phone
804734800086241

Documents

Posted documents for Solicitation HQC00424Q0058

Question & Answer

Contract Awards

Prime contracts awarded through Solicitation HQC00424Q0058

Incumbent or Similar Awards

Contracts Similar to Solicitation HQC00424Q0058

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation HQC00424Q0058

Similar Active Opportunities

Open contract opportunities similar to Solicitation HQC00424Q0058

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE COMMISSARY AGENCY (DECA) > DEFENSE COMMISSARY AGENCY
FPDS Organization Code
97AZ-HQC004
Source Organization Code
100120192
Last Updated
July 9, 2024
Last Updated By
tammy.torres@deca.mil
Archive Date
July 9, 2024