Preventative Maintenance and Repair for Schneider Electric EcoStruxture and I/A series controls equipment and software.

Agency: AGRICULTURE, DEPARTMENT OF
State: West Virginia
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159450178641679
Posted Date: Dec 14, 2022
Due Date: Dec 20, 2022
Solicitation No: 12305B23Q0023
Source: Members Only
Follow
Preventative Maintenance and Repair for Schneider Electric EcoStruxture and I/A series controls equipment and software.
Active
Contract Opportunity
Notice ID
12305B23Q0023
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS NEA AAO ACQ/PER PROP
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 14, 2022 08:18 am EST
  • Original Date Offers Due: Dec 20, 2022 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 541513 - Computer Facilities Management Services
  • Place of Performance:
    WV 25430
    USA
Description

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.



Solicitation Number: 12305B23Q0023 is issued as a request for quotation (RFQ).



This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08.



This requirement will be solicited as a commercial service in accordance with FAR Part 12. The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures.



Set- Aside: This solicitation is 100% small business set-aside.



The North American Industry Classification System (NAICS) code is 541513 (Computer Facilities Management Services); small business size standard in millions of dollars $32.5 million.



Line-item number(s) and items, quantities, and units of measure:



See Price List Below.



Description of requirements for the items to be acquired: The contractor shall provide all services including labor, materials, supplies, supervision, tools, equipment, transportation, and insurance necessary to provide preventative and remedial maintenance (emergency and non- emergency service), technical support, data programming, software upgrades, equipment upgrades, two-hour mandatory emergency response and non-emergency response for repair, service, and manufacturer parts for Schneider Electric EcoStruxture and I/A series controls equipment and software. The Contractor shall be able to service, test, repair, calibrate and provide the necessary manufacture parts and vital components for the following equipment and software programs: Schneider Electric EcoStruxture and I/A series controls. See full description of Services outlined in the Statement of Work dated December 9, 2022.



Service Location:



United States Department of Agriculture,



National Center for Cool and Cold-Water Aquaculture (USDA-NCCCWA)



11861 Leetown Road



Kearneysville, WV 25430





Provision 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.



The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. (See clauses attachment for all clauses terms and conditions).



IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on USDA solicitations must be registered in the System for Award Management (SAM) database at the time of quote submission. Failure to register in the SAM database will make an Offeror ineligible for award. The SAM website can be accessed at https://sam.gov/



The Government intends to post all notices/amendments related to this solicitation on government point of entry (GPE) Contract Opportunities at https://sam.gov Any additional amendments and/or documents related to this procurement will be available electronically only. Potential Quoters will be responsible for downloading their own copy of those documents related to this procurement, if any. Offerors are encouraged to check the SAM web site frequently to be notified of any changes to this solicitation. Interested vendors should reference the solicitation documents for all terms and conditions, evaluation factors and submission requirements.



SELECTION PROCESS: The Quotes will be evaluated using a Lowest Price Technically Acceptable (LPTA) source selection. Only those quotes determined to be technically acceptable will be considered for award.





All offerors shall submit the following:




  1. Capability Statement that addresses the Offeror’s Technical Capability to perform services on the equipment listed in the Statement of Work. The statement must provide details of how the offeror is an authorized distributor of the building automation system manufacturer listed in the Statement of Work. The statement must also list the years of experience of the equipment service technician and the computer technician that will be performing the work. (Non-priced factor)




  1. Provide past performance experience for 1-2 similar projects performing services on the equipment listed in the Statement of Work. Include the (name, address, and phone number) of the similar project(s). (Non-priced factor)




  1. Price for the base and four (4) option years in accordance with the Price List.



PRICE LIST



Base Period of Performance : Jan. 1, 2023 - Dec. 31, 2023



NO. DESCRIPTION OF SERVICE QTY UNIT UNIT PRICE AMOUNT



0001 Bi-Monthly Preventative Maintenance 6 EA



0002 Remedial Maintenance (Emergency Repairs) 1 LT



Total Base Period:





Option Year One (if exercised): Jan. 1, 2024, - Dec. 31, 2024



NO. DESCRIPTION OF SERVICE QTY UNIT UNIT PRICE AMOUNT



0001 Bi-Monthly Preventative Maintenance 6 EA



0002 Remedial Maintenance (Emergency Repairs) 1 LT



Total Option Year 1:





Option Year Two (if exercised): Jan. 1, 2025 - Dec. 31, 2025



NO. DESCRIPTION OF SERVICE QTY UNIT UNIT PRICE AMOUNT



0001 Bi-Monthly Preventative Maintenance 6 EA



0002 Remedial Maintenance (Emergency Repairs) 1 LT



Total Option Year 2:





Option Year Three (if exercised): Jan. 1, 2026 - Dec. 31, 2026



NO. DESCRIPTION OF SERVICE QTY UNIT UNIT PRICE AMOUNT



0001 Bi-Monthly Preventative Maintenance 6 EA



0002 Remedial Maintenance (Emergency Repairs) 1 LT



Total Option Year 3:





Option Year Four (if exercised): Jan. 1, 2027 - Dec. 31, 2027



NO. DESCRIPTION OF SERVICE QTY UNIT UNIT PRICE AMOUNT



0001 Bi-Monthly Preventative Maintenance 6 EA



0002 Remedial Maintenance (Emergency Repairs) 1 LT



Total Option Year 4:



Note: Price will be evaluated separately from the Technical Non-Price Factors. The technical evaluation factors which consist of the Capability Statement and Past Performance Experience are of equal importance. All technical evaluation factors must be rated acceptable to be considered for award.



REJECTION OF QUOTATION: Failure to demonstrate compliance will cause rejection of quote without further discussions. All responsible sources may submit a quote which will be considered.



All questions regarding this announcement must be submitted in writing to the Contract Specialist Tyshanah Holloway, via email at Tyshanah.Holloway@usda.gov by Friday December 16, 2022 @ 12:00pm EST. Telephone requests for information will not be accepted or returned.





Submit Quotes by email to Tyshanah Holloway at Tyshanah.Holloway@usda.gov, no later than Tuesday December 20, 2022, at 10:00 a.m. EST.



DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.



Electronic responses are mandatory. Information provided will not be used as a part of any subsequent solicitation requirement. Interested vendors who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the Government not to award this proposed contract action, based on this notice, is solely within the discretion of the Government.



Attachments:



Attachment 1: Combined Synopsis Solicitation



Attachment 2: Statement of Work dated December 9, 2022



Attachement 3: Clauses



Attachement 4: Wage Determination 2015-4285


Attachments/Links
Contact Information
Contracting Office Address
  • 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
  • BELTSVILLE , MD 20705
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 14, 2022 08:18 am ESTCombined Synopsis/Solicitation (Original)

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 >