Washington Bids > Bid Detail

58--OPTION - Land Mobile Radio (LMR) Tower Inspections

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159272497575639
Posted Date: Jun 8, 2023
Due Date: Jun 23, 2023
Solicitation No: W911S8-23-R-0WC3
Source: https://sam.gov/opp/5e130112f1...
Follow
58--OPTION - Land Mobile Radio (LMR) Tower Inspections
Active
Contract Opportunity
Notice ID
W911S8-23-R-0WC3
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-JB LEWIS-MC CHORD
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 08, 2023 01:28 pm EDT
  • Original Date Offers Due: Jun 23, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5820 - RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    JBLM , WA 98438
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W911S8-23-R-0WC3 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210 with a small business size standard of $34.00M.

This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-06-23 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be JBLM, WA 98438

The MICC Joint Base Lewis McChord requires the following items, Purchase Description Determined by Line Item, to the following:
Base Period of Performance: 07/03/2023 - 07/02/2024
LI 001: Roy, Wa LMR Tower Inspection; Inspect 100 foot SSV Radian/Rhon 3LSS Self Supporting Communication Tower, 1, JOB;
LI 002: Yakima Training Center (YTC), Yakima, WA LMR Tower Inspection; Inspect 100 foot Valmont U-50 Self Supporting Communication Tower, 1, JOB;
LI 003: Yakima Training Center (YTC), Yakima, WA LMR Tower Inspection; Inspect 40 foot Valmont Self Supporting Communication Tower, 1, JOB;
LI 004: McChord Field, JBLM, WA LMR Tower Inspection; Inspect 150 Foot Unknown Make/Model 3LSS Self Supporting Communication Tower, 1, JOB;
Option 1 Period of Performance: 07/03/2024 - 07/02/2025
LI 001: Roy, Wa LMR Tower Inspection; Inspect 100 foot SSV Radian/Rhon 3LSS Self Supporting Communication Tower, 1, JOB;
LI 002: Yakima Training Center (YTC), Yakima, WA LMR Tower Inspection; Inspect 100 foot Valmont U-50 Self Supporting Communication Tower, 1, JOB;
LI 003: Yakima Training Center (YTC), Yakima, WA LMR Tower Inspection; Inspect 40 foot Valmont Self Supporting Communication Tower, 1, JOB;
LI 004: McChord Field, JBLM, WA LMR Tower Inspection; Inspect 150 Foot Unknown Make/Model 3LSS Self Supporting Communication Tower, 1, JOB;
Option 2 Period of Performance: 07/03/2025 - 07/02/2026
LI 001: Roy, Wa LMR Tower Inspection; Inspect 100 foot SSV Radian/Rhon 3LSS Self Supporting Communication Tower, 1, JOB;
LI 002: Yakima Training Center (YTC), Yakima, WA LMR Tower Inspection; Inspect 100 foot Valmont U-50 Self Supporting Communication Tower, 1, JOB;
LI 003: Yakima Training Center (YTC), Yakima, WA LMR Tower Inspection; Inspect 40 foot Valmont Self Supporting Communication Tower, 1, JOB;
LI 004: McChord Field, JBLM, WA LMR Tower Inspection; Inspect 150 Foot Unknown Make/Model 3LSS Self Supporting Communication Tower, 1, JOB;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC Joint Base Lewis McChord intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Joint Base Lewis McChord is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (811210, ELECTRONIC AND PRECISION EQUIPMENT REPAIR AND MAINTENANCE) with an applicable small business size standard of ($34Mil).

The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. The KO for this requirement is Timothy Greenwell, timothy.e.greenwell.civ@army.mil, 253-982-8269

If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below:Mission and Installation Contracting CommandChief, Supply and Small Services BranchBOX 339500, MS 19JBLM, WA 98433-9500Facsimile number 253-967-3844

If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.HQ Army Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875Packages sent by FedEx or UPS should be addressed to:[contract number]HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. Belvoir, VA 22060-5527The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.

Quotes MUST be valid for 30 days after Request for Quote/solicitations closing date.

Questions concerning this solicitation must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered.

Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace.

Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive.
Attachments/Links
Contact Information
Contracting Office Address
  • DIRECTORATE OF CONTRACTING BLDG 2015 4TH ST BOX 339500 MS 19
  • JOINT BASE LEWIS MCCH , WA 98433-9500
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 08, 2023 01:28 pm EDTCombined 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 >