1. BASE CONTRACT TYPE: While the Government reserves the right to issue more than one contract if determined to be most advantageous, the Government anticipates award of ONE (1) FIRM FIXED-PRICE (FFP) INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) type contract as a result of this solicitation.
2. BASIS OF AWARD: Award will be based on the best overall value to the Government provided all factors are determined to be acceptable.
3. PROPOSAL SUBMISSION INSTRUCTIONS:
(a) Price: Offeror’s price proposal shall consist of a completed Exhibit 2 – Proposed Pricing Worksheet and completed SF 1449, Solicitation Document.
(b) Technical: Offeror’s technical proposal shall consist of:
i. Color chart. At minimum, standard colors shall include GRAY and BLACK
ii. Material submissions
iii. Methods and procedures for Epoxy Repair (full depth of the floor to include trowel)
iv. Initial material safety data sheets (MSDS)
v. JHA (Job hazard analysis) for this line of work
vi. Site Safety Plan – please refer to TYAD safety standard
(c) Past Performance: In order to evaluate an offeror’s ability/past performance, offerors are recommended to provide the Government with an example(s) (no more than 3) of past performance in which the same or similar service was performed. Information shall include: 1) contract number; 2) contract type; 3) brief description of the requirement; 4) dollar value; 5) customer POC. The Government reserves the right to review and consider an offeror’s past performance from any source, including individuals or Government systems.
Note 1: Offerors are cautioned that any noncompliance with the terms and conditions of the RFP and these proposal submission instructions may result in their proposal being determined unacceptable, and therefore ineligible for award. Therefore, please ensure you are reading thoroughly and submitting all requested information with your initial proposal in order to prevent being determined non-responsive.
Note 2: Offerors attention is directed to Clause 52.212-2 Evaluation of Commercial Items for more information.
4. WAGE DETERMINATION: The services to be performed fall under the authority of the service contract act. The applicable wage determination is provided as Exhibit 4 to the solicitation.
5. SITE VISIT: One (1) site visit will be held on Tuesday, April 1, 2025, at 1:00PM. Attendees are encouraged to arrive 15 minutes early to ensure timely processing. Visitors are required to present a valid, Government issued photo I.D. to gain access to the base (vehicle registration and insurance may also be required). Information provided at each site visit, as well as answers to any general questions, shall not affect the terms and conditions of the RFP and/or specifications. Terms remain unchanged unless the RFP is amended in writing. RSVP to Contracting Officer (mark.buonomo2.civ@army.mil) NLT Monday, March 31, 2025 at 3:00PM EST. Instructions for site visit will be provided in response.
6. QUESTIONS AND ANSWERS: Offerors are advised to submit any questions regarding this solicitation no later Wednesday, April 2, 2025 at 3:00PM EST, to the Contracting Officer (mark.buonomo2.civ@army.mil). Answers to questions will be posted in the same manner in which the solicitation is posted, via an amendment to the solicitation, and will be on a non-attribution basis.
7. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. Offerors are required to acknowledge all amendments by signing and including one copy of the amendment with their proposal, or by completing the provided area in the SF1449.
8. DISCUSSIONS: The Government intends to award without discussions. Offerors are encouraged to provide their complete and best proposal upon initial submission. The Government may hold discussions with as many offerors as deemed necessary by the Contracting Officer (all, some, one, or none).
At the time of contract award, the Government will issue the first funded Task Order under this IDIQ contract. The first Task Order shall consist of repairs at Building 16 at Tobyhanna Army Depot. Reference Worksheet titled "Task Order 01" within Exhibit 2 - Proposed Pricing Worksheet for a breakdown of this repair. The scheduled site visit will offer interested parties the opportunity to view this location.
See solicitation for full breakdown of terms and conditions.
Amendment 0001: Purpose of this amendment is to include requirement for insurance, and payment and performance bonds (or other alternative payment protections) for applicable TOs, revised proposal submission instructions, and extended the offer due date.
Amendment 0002: Purpose of this amendment is to incorporate a revised Exhibit 4 - Wage Determination and to Exhibit 5 - Questions and Answers. Offer due date remains unchanged.
Amendment 0003: Purpose of this amendment is to incorporate Exhibit 5 - Questions and Answers Rev. 2. Offer due date remains unchanged.