SOLICITATION NOTICE
J -- Annual Generators Maintenance FEMA Region 1
- Notice Date
- 7/2/2025 9:30:36 AM
- Notice Type
- Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- REGION 1 Boston MA 02110 USA
- ZIP Code
- 02110
- Solicitation Number
- BX00122Y2025T
- Response Due
- 7/10/2025 12:00:00 PM
- Archive Date
- 07/25/2025
- Point of Contact
- Anhur Maklef, Phone: 2027187118, Karley Hoyt
- E-Mail Address
-
anhur.maklef@fema.dhs.gov, karley.hoyt@fema.dhs.gov
(anhur.maklef@fema.dhs.gov, karley.hoyt@fema.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) Region 1 has a Firm-fixed-price requirement for annual Caterpillar Generator Maintenance Services located in the FRC building Maynard, MA. Please see attached Solicitation, and Statement of Work (SOW). Period of performance: Base year + 4 option years please submit pricing for each year. Work shall commence within 60 days after contract award Location of Service Info: FEMA FRC region 1 63 Old Marlboro Road Maynard MA, 01754 Instructions to Offerors 1. To ensure timely evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, independent, and respond directly to the requirements of this solicitation. 2. The contracting officer has determined there is a good probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if the contracting officer�s determines adequate price competition exists no additional information will be requested. 3. The contractor shall submit the Reps and Certs report located in www.sam.gov. In addition, the contractor agrees to hold pricing for 30 calendar days from the date specified for receipt of quotes. 5. Offeror must have an active System for Award Management (SAM) registration by closing date of the solicitation. Contractors that submit a quote are not registered in SAM will not be considered for award; 6. Submissions: The contractor will complete and submit the following in order to be considered for award: a. Offeror must submit a proposal indicating its technical approach and understanding of the requirements set forth in the Statement of Work b. Offeror must submit a detailed itemized quote, which shall include: Business Name; Address; Phone Number; Point of Contact: Email Address; DUNS Number and/or Cage Code Provisions at 52.212?2 Evaluation? Commercial Services As a result of this solicitation the Government intends on awarding a purchase order to the responsive, responsible offeror(s) whose offer conforms to the solicitation and have been considered most advantageous to the Government. The following factors shall be used to evaluate offers: Evaluation Factors: � Phase 1, Factor 1 � Technical Approach: Technical Approach Offeror shall submit a complete description of a technical approach/performance work statement that demonstrates an understanding of the scope, objectives and constraints contained in the Statement of Objectives, how the work will be performed, and how services will be rendered and delivered. Offeror must demonstrate their ability and capability to perform the proposed purchase order effectively and efficiently in a timely manner. EVALUATION of FACTOR 2 This factor will be evaluated based on how well the proposal demonstrates an understanding of the work to be performed and offeror�s approach to the Minimum Required Services contained in the SOW. RATING DESCRIPTION Low Confidence The Government has low confidence that the Offeror understands the requirement, proposes a sound approach, or will be successful in performing the requirements even with Government intervention. Some Confidence The Government has some confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the requirements with some Government intervention. High Confidence The Government has high confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the requirements with little or no Government intervention. � Phase 2 � Price Basis for Award The Government intends on awarding a purchase order as a result of this solicitation in the following order: 1. The Government will issue award to the responsive, responsible Offeror who provides the best valued solution to the Government based on the attached evaluation factors above. The Government will issue award to the offeror who has complied with the submission and evaluation requirements listed in this document and whose prices were determined to be fair and reasonable. Questions: Offerors must submit questions not later than 3:00 PM. EDT on Tuesday, July 8th, 2025 . Please email your questions to me at anhur.maklef@fema.dhs.gov Quotes Due: Offerors must submit their required information not later than 3:00 PM. (EDT) on Thursday July 10, 2025. Please email proposals to me at anhur.maklef@fema.dhs.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/80e7f7ffe1264dca9af9de1610501eb3/view)
- Place of Performance
- Address: Maynard, MA 01754, USA
- Zip Code: 01754
- Country: USA
- Zip Code: 01754
- Record
- SN07497012-F 20250704/250702230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |