Salt Lake City Region
ID: W912DY23R0097Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Nov 3, 2023 2:44 AM
  2. 2
    Updated Dec 12, 2023 3:33 PM
  3. 3
    Due Dec 4, 2023 8:00 PM
Description

Solicitation from the DEPT OF DEFENSE, DEPT OF THE ARMY is seeking preventative and corrective facility maintenance services for United States Army Reserve facilities in the Salt Lake City region. The Salt Lake City region includes portions of two states (Colorado and Utah). The contract will be awarded as a Stand-Alone firm-fixed-price contract in fiscal year 2024 with a one-year base period and four, one-year option periods. This requirement is acquired as a competitive set aside for 8(a) small businesses using FAR subpart 19.8.

Files
No associated files provided.
Lifecycle
Title
Type
Salt Lake City Region
Currently viewing
Solicitation
Similar Opportunities
USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.
Office Furniture for SAPR
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Army, has issued a Combined Synopsis/Solicitation notice for the procurement of office furniture for the SAPR (Sexual Assault Prevention and Response) program. The office furniture is intended for use in the Utah Army National Guard. The procurement is set aside for small businesses and falls under the NAICS code 337214, which pertains to Office Furniture (except Wood) Manufacturing. The delivery location is specified as Draper, Utah. The solicitation number is W911YP24R0027 and the response due date is 10:00 PM MST on August 19, 2024. The primary contact for this procurement is Kris Braun, who can be reached via email at kristinna.a.braun.civ@army.mil or by phone at 801-432-4145. The description of the procurement includes a list of the required office furniture items, such as adjustable height L-shaped desks, bookcases, credenzas, filing cabinets, chairs, end tables, wardrobe cabinets, and coat racks. The procurement also includes job freight/delivery and on-site staging of the furniture to a specific address in St. George, Utah. The contract type for this procurement will be a firm-fixed price contract, and the evaluation criteria will be based on the lowest price technically acceptable (LPTA) basis. All offerors must be registered in the System for Award Management (SAM) at the time of award to be eligible for contract award. The deadline for submitting quotes is 10:00 PM MST on August 19, 2024, and quotes should be sent via email to kristinna.a.braun.civ@army.mil. The notice also includes a list of provisions and clauses that are applicable to this combined synopsis/solicitation.
Front Load Part Washers for FMS1A-Logan
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Army, has issued a Combined Synopsis/Solicitation notice for the procurement of Front Load Part Washers. These washers are typically used for cleaning parts and components in various industries, including commercial and service industry machinery manufacturing. The procurement is set aside for small businesses and will be fulfilled in Draper, Utah, United States. The technical specifications for the washers include a minimum 1HP power, specific dimensions, a 1,000 lb capability, 230v, 60HZ, 1PH power requirements, a timer, filtration system, wash trays, and the need for rust preventative soap. The delivery location is Field Maintenance Shop 1A in Logan, Utah. Vendors must ensure their quotes meet the technical specifications provided. The contract type for this procurement will be a Firm-Fixed price contract, and the evaluation criteria will be based on the lowest price technically acceptable. All offerors must be registered in the System for Award Management (SAM) at the time of award. The deadline for submitting quotes is 10:00 AM MST on August 1, 2024.
W911S6-24-R-0002-Dugway Proving Ground-Job Order Contract-Minor Construction
Active
Dept Of Defense
The U.S. Army's Dugway Proving Ground (DPG) seeks a versatile contractor for an Indefinite Delivery-Indefinite Quantity (IDIQ) Job Order Contract (JOC) covering a broad range of construction services. The goal is to have a flexible and efficient system in place for managing various real property projects. This JOC offers a wide scope of work, including renovations, repairs, new construction, and sustainment for diverse facilities. The projects range from administrative buildings and maintenance shops to more specialized areas like fire sprinkler systems and airfield structures. Contractors must be prepared to respond to numerous job orders, with work primarily taking place at the DPG in Utah. The government seeks a comprehensive approach, focusing on staffing, project management, and understanding JOC operations. Contractors must have the capacity to staff key roles such as project managers, program managers, and safety officers. Furthermore, experience in CPM scheduling and adhering to stringent timelines is crucial. Offerors are required to submit detailed proposals outlining their capabilities, with numerous attachments and forms needed as part of the submission. The evaluation process prioritizes technical capability, past performance, and pricing. Past performance references and questionnaires are critical, aiming to assess the contractor's reliability and competence. Pricing schedules and coefficients are essential components of the submission, utilizing specified software. Contractors must propose comprehensive rates that cover a wide range of construction-related expenses. The government will closely examine the accuracy and reasonableness of these rates. Several amendments have been issued, primarily extending deadlines. The proposal submission deadline has been pushed to July 31st, 2024, allowing potential contractors more time to respond. This opportunity encourages small businesses and joint ventures, with an emphasis on ensuring a diverse range of contractors can participate. The procurement process aims to award a single contract with a four-year base term and potential twelve-year extensions. For clarification or questions, potential applicants can contact Nicholas J. Rowton at nicholas.j.rowton.civ@army.mil or Alfred J. Keetch at alfred.j.keetch.civ@army.mil. Phone contacts are 435-831-2620 for Nicholas Rowton and 435-831-2362 for Alfred Keetch.
Tent Replacement FMS 7 (Clamshell)
Active
Dept Of Defense
The Department of Defense, Department of the Army, seeks to award a federal contract for the replacement of a Large Area Maintenance Shelter (LAMS) tent, specifically the Clamshell model, in Watkins, Colorado. This project is a small business set-aside, aimed at repairing critical infrastructure in the Army National Guard. The successful awardee will be responsible for providing a comprehensive quote covering materials, equipment, labor, and travel expenses. Key tasks include a site visit, proposal development, delivery, and installation of the new tent, ensuring a smooth transition and minimal disruption to ongoing operations. The contractor must also remove old materials and comply with the Berry Amendment. Tent replacement must be completed within 30 days of receiving the necessary materials, and a minimum one-year warranty is expected. To be eligible, applicants should possess experience and expertise in construction and prefabricated buildings, with a focus on small businesses. The Army National Guard will prioritize companies that can adhere to the numerous FAR and DFARS clauses, especially those related to small business eligibility and workplace regulations. The estimated funding for this firm-fixed price contract is not explicitly mentioned in the documents provided. However, the solicitation period, according to the files, closes on August 5th, 2024, with the contract being awarded based on the lowest conforming quote received. Interested parties should submit their quotes and applications before the closing date, along with any necessary documentation demonstrating their eligibility and qualifications. The primary contact for this opportunity is Michael Furtney, who can be reached at michael.b.furtney.civ@army.mil or by phone at 720-250-4038. James S. Rawlings is the designated Contracting Officer, and any questions regarding the solicitation process should be directed to both these individuals. Please note that Amendment 01 has extended the period for answering applicant questions until July 31st, 2024, and quotes are now due by August 12th, 2024.