Solicitation: W911YP25RA007
Agency/Office: Utah Army National Guard / USPFO
Administration Location: Utah Army National Guard 12953 S Minuteman Drive
Subject: UTARNG PT Equipment Preventative Maintenance and Repair BPA Base Award
Response Due Date: 07:00 AM (Mountain) 17 Apr 25
Contracting POC: Otha Henderson; Email: otha.b.henderson.civ@army.mil .
Description:
This requirement is being solicited as total small business set-aside. All quotes from registered small businesses in SAM.GOV will be accepted.
This is a combined synopsis/solicitation for commercial products 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. This solicitation incorporates provisions and clauses currently in effect. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.
This acquisition is being solicited as total small business set-aside under NAICS code 811310, Commercial and Industrial Machinery (except Automotive and Electronic) Repair and Maintenance, and has a size standard of $12.5 million (www.sba.gov). The NAICS 811490, with a size standard of $9.0 million is also acceptable. For vendor quotes to be considered, you must be registered in the System for Award Management (SAM) at https://WWW.SAM.GOV as a small business under this or very similar NAICS code. Wholesaler NAICS codes will not be accepted. Performance shall occur as stated in the attached Performance Work Statement (PWS). This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18.
Physical Training Equipment Preventative Maintenance and Repair BPA Base Award:
The Utah Army National Guard has a requirement to procure a preventative maintenance and repair Blanket Purchase Agreement (BPA) for Physical Training (PT) equipment located at multiple locations across the state of Utah. Please see attached PWS for full description along with the attached equipment list. Note, the equipment list is continually subject to change.
The UTARNG anticipates awarding a BPA with three catalog items:
1. Hourly rate for monthly preventative maintenance.
2. Hourly rate for repair/on-call repair or evaluation.
3. Replacement parts (will be at cost).
Contract Type / Evaluation Criteria:
This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be Firm-Fixed Price (FFP). Award evaluation criteria will be based on best value for the items in the attached PWS. Primary evaluation will be placed on which proposal best meets the technical requirements of the PWS. Price is the next evaluation criteria and not weighted as much as the technical approach. Finally, past performance will be reviewed in the Surveillance and Performance Monitoring database. Offers that do not meet or demonstrate minimum technical requirements will not be considered for award. The offer must be registered in System for Award Management (SAM) to be eligible for award.
Set-aside / FAR Regulation:
Any award resulting from this solicitation will be made on the basis of LPTA with a total small business set-aside order of precedence as follows:
In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.
SAM Registration:
All firms or individuals responding must meet all standards required to conduct business with the government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the government. In addition to providing pricing each quote must include vendor's CAGE, Unique Entity ID Number (UEIN), federal tax number, and must include point of contact information.
Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.
Quote:
Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division no later than 0700 AM (Mountain) 17 April 2025. All submissions should be sent via email to: otha.b.henderson.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered, unless the contracting officer determines it is in the best interest of the government to accept a late proposal.
Proposals should detail vendor’s technical approach to meet the requirement. The proposal must also list the hourly rate for preventative maintenance and the hourly rate for repair/on-call repair or evaluation. Replacement parts are expected to be at cost. Please provide price for the base year (current year 2025-2026). Also provide forward pricing for each of the option years one through four (2026-2030) along with the final six month option following option year four (six months during 2030-2031). Option years will be evaluated.