Washington, DC Bids > Bid Detail

Capitol Power Plant (CPP) Predictive Maintenance Service

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159096920719315
Posted Date: Nov 21, 2023
Due Date: Nov 22, 2023
Source: https://sam.gov/opp/1cb489eecb...
Follow
Capitol Power Plant (CPP) Predictive Maintenance Service
Active
Contract Opportunity
Notice ID
AOCSSB23R0085
Related Notice
Department/Ind. Agency
ARCHITECT OF THE CAPITOL
Sub-tier
ARCHITECT OF THE CAPITOL
Office
ACQUISITION & MATERIAL MAN DIV
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 21, 2023 11:28 am EST
  • Original Published Date: Oct 26, 2023 12:55 pm EDT
  • Updated Date Offers Due: Nov 22, 2023 12:00 pm EST
  • Original Date Offers Due: Nov 21, 2023 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 07, 2023
  • Original Inactive Date: Dec 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J036 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Washington , DC 20515
    USA
Description View Changes

THE PURPOSE OF THIS AMENDMENT-004 IS TO POST THE FOLLOWING:





A. Please see attached "J.4 Offeror Questions Answer_v2" supersedes "J.4 Offeror Questions Answer_v1".



B. Please see attached "J.6 Pricing Sheet -Sec B_v2" supersedes "J.6 Pricing Sheet -Sec B_v1". This revision corrects a calculating error Sec-B Summary tab,Line 16 is “Base Period Total:” spread sheet calculation shows it = sum (B9:B9). The correct calculation should be = sum (B8:B9). Which would be the first month plus next 11 months. The following lines are labeled as "Optional" 003,102,202,302,402, and 502, however you are still required to provide pricing on those lines.



---------------------------------------------------------------------------------------------------------



THE PURPOSE OF THIS AMENDMENT-003 IS TO POST THE FOLLOWING:



Extend the due date from noon tomorrow November 21, 2023 (ET) to noon Wednesday November 22, 2023 (ET). The reason for the extension is to answer questions received late, but are considered noteworthy of a response from the program office. The Q&A response will be in amendment 004 that should be release on or about noon tomorrow November 21, 2023.



----------------------------------------------------------------------------------------------------------



THE PURPOSE OF THIS AMENDMENT-002 IS TO POST THE FOLLOWING:



A. Please see the attached Sign-in Sheet and Agenda sheet from the site visit held on 11/7/2023. Note Refer to special instructions in agenda number 7 on page 2 of 3.



B. Please see attached "J.4 Offeror Questions Answer_v1" supersedes "J.4 Offeror Questions Answer".



C. Please see attached "J.6 Pricing Sheet -Sec B_v1" supersedes "J.6 Pricing Sheet -Sec B". This revision changed the "Unit of Issue" from "Service" to "Annually" on lines 003,102,202,302,402, and 502. The following lines are labeled as "Optional" 004,103,203,303,403, and 503, however you are still required to provide pricing on those lines.



D. Attached "RFP-AOCSSB23R0085 M002" supersedes "RFP-AOCSSB23R0085 M001". Added clause 52.237-3.



E. Please see attached "J.3 Active Equipment Listing -11-14-2022_v1" supersedes "J.3 Active_Equipment Listing -11-14-2022".



This revision changed the status of the condenser water pump numbers 1 through 5 to: "Currently slated for removal with an undetermined time of replacement".



F. Please see attached "J.2 Instructions to Offerors and Basis for Award_v" that supersedes "J.2 Instructions to Offerors and Basis for Award". Refer to changes made on Page 3 of 11 pertaining to Factor 4 Pricing, page limit was referring to J.5 when it is J.6,and changed "Standard Form 33 (Provision Fill-Ins) to "Standard Form 30 (Provision Fill-Ins)"



G. Please see attached "J.1 Predictive Maint-SOW_v1" that supersedes "J.1 Predictive Maint-SOW". Refer to revision on page Page 11 of 14, C.15 KEY PERSONNEL, Changed from "Full-time" to "2 days per month = 24 times per year)".



------------------------------------------------------------------------------------------------------



The Architect of the Capitol (AOC), Supplies, Services, and Material Management Division (SSMMD) is issuing Request for Proposals (RFP) # AOCSSB23R0085 for the Capitol Power Plant (CPP) Predictive Maintenance Services contract. It is anticipated that this RFP will result in a Firm Fixed Price (FFP) contract to a responsible Offeror actively registered in the System for Award Management (SAM) and whose proposal provides the overall best value to the AOC in accordance with the requirements set forth by this solicitation and the Statement of Work (SOW). This solicitation will use the procedures in AOC Contracting Manual § 9.1 Negotiated Acquisitions. The AOC Contracting Manual can be found here: https://www.aoc.gov/sites/default/files/2023-01/AOC-Order-34-1_Contracting-Manual-2022.pdf.



The North American Industry Classification System (NAICS) codes for this requirement is 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Product Service Code (PSC) is J036 – Maintenance, Repair and Rebuilding of Equipment: Special Industry Machinery.



The contract period of performance will be 1 base year and 4 one-year options, for a total of five years from the date of award if all options are exercised. FAR 52.217-8 shall be included.



The List of Attachments is in Section J of Standard Form 33 (SF33).



Site Visit:



The AOC will host a site visit on Tuesday, November 7, 2023, from 10:00 am to 12:00 pm Eastern Time (ET) at Capitol Power Plant (CPP) located at 25 E St SE, Washington, DC 20003. Participants may enter the facility starting at 9:30 am. Note: only participants who reserve will be allowed to attend due to clearing with the Capitol Police at the gate.



Participants attending the site visit are requested to gather outside at the entrance to the Capitol Power Plant Administration Building. The AOC staff will escort participants to the site visit space by 9:45 am sharp. Each participant will need to have valid identification (i.e., driver’s license) on their person the day of the site visit in order to participate. There is no public parking at the Capitol Power Plant. Therefore, it is imperative that participants properly plan their travel to be on time for the site visit. The AOC will not host another site visit prior to the award. Attendance on the site visit is not mandatory to submit an offeror or to be eligible for an award, however, attendance is highly recommended.



To attend the site visit, the offeror shall register with the Contracting Officer, Donald Fuqua, via email at Donald.Fuqua@aoc.gov no later than Friday, November 3, 2023, at 12:00 pm EST. There is a maximum of three (3) individuals per company to include any partnering. Registration requires the following information to be submitted:



• Name of Company



• Number of Attendees



• Name of Individual(s) attending.



• Title of person(s) attending (President, CEO, CFO, ETC.)



• Email Address(es) of person(s) attending



• Valid copy of the attendee(s) identification (i.e., driver license) – Note: Copies must be legible



• Company Physical Address



• Cell Phone Number of at least one individual attending (In case of changes the morning of site visit)



Questions will be permitted during the site visit; however, all government responses during the visit are unofficial. For an official response, the offeror shall provide a written question by the question due date. In addition, no photography will be permitted.



• Valid copy of the attendee(s) identification (i.e., driver license) – Note: Copies must be legible



• Company Physical Address



• Cell Phone Number of at least one individual attending (In case of changes the morning of site visit)



Questions will be permitted during the site visit; however, all government responses during the visit are unofficial. For an official response, the offeror shall provide a written question by the question due date. In addition, no photography will be permitted.



Due to being the flu season as to being within close quarters while in the conference area. It is requested that all attendees be in masks.




Attachments/Links
Contact Information
Contracting Office Address
  • 2nd & D Streets, SW FHOB - Room 264
  • Washington , DC 20515
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >