BPA for Maintenance of York Chiller - Corpus Christi, Texas
Process Number 12474022R0005
Dates:
12474022R0005
Department/Ind. Agency:AGRICULTURE, DEPARTMENT OF
Sub-tier:AGRICULTURE, DEPARTMENT OF
Sub Command:USDA AMS COTTON DIVISION
Office:USDA AMS COTTON DIVISION
General Information:
(utc-06:00) central standard time, chicago, usa
Updated Published Date:jan 04, 2022 02:29 pm cst
Original Published Date:0000-00-00 00:00:00
Original Response Date:oct 26, 2021 10:00 am cdt
Inactive Policy:manual
Updated Inactive Date:jan 13, 2022
Original Inactive Date:oct 27, 2021
Initiative:- None***--***
Classification:
total small business set-aside (far 19.5)
Product Service Code:j037 - maint/repair/rebuild of equipment- agricultural machinery and equipment
NAICS Code:811310 - commercial and industrial machinery and equipment (except automotive and electronic) repair and maintenance
Description:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and the solicitation is attached. The USDA, Agricultural Marketing Service (AMS), Cotton and Tobacco Program (CTP) intends to establish a five year Blanket Purchase Agreement (BPA) for the semi-annual and emergency repairs of a York chiller located in Corpus Christi, Texas. There is no guaranteed minimum or maximum under the BPA. The offeror needs to be located near the Corpus Christi, Texas office located at 3545 Twin River Blvd, Corpus Christi, Texas 78410 in order to respond quickly to emergency repair/service needs. Commercial item acquisition regulations per FAR Part 12 will apply to this procurement. The Department of Labor Wage Determination 2015-5225 Revision 14 applies to this requirement. The Government will award a BPA resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Location of Contractor to the Corpus Christi office and response times for emergency repairs; Relevant Experience, Past Performance, and Price. Offerors responding to this solicitation must submit the following: A signed/completed SF-1449; location of contractor facility and response times for emergency repairs; a description describing their experience maintaining York chillers; a list of 3 references for the same or similar services. The reference list must include the contract number, name, address and phone number with whom the contract is with, a brief description of services provided, estimated dollar amount for the contract. Offerors must be registered and active in the System for Award Management (www.SAM.gov). SAM registration is free. OFFERORS ARE ADVISED TO READ THE SOLICIATION PACKAGE IN ITS ENTIRETY. If an offeror's proposal does not contain all of the items listed above, the proposal may be considered incomplete for evaluation purposes and no further consideration will be given to the offeror's proposal, thereby making an offeror ineligible for award. Any additional questions concerning the solicitation must be submitted in writing to Beverly Brown via email at BeverlyS.Brown@usda.gov. Proposals are due January 12, 2022 at 10:00 a.m. central time. Proposals may be submitted via email at BeverlyS.Brown@usda.gov or via fax machine. Fax number 901-384-3035.
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
DEPUTY DIRECTOR OFFICE 3275 APPLING ROAD
MEMPHIS , TN 38133
USA
Primary Point of Contacts:Beverly S. Brown