J -- Generator Maintenance Services - Fort Devens, MA SOL W15QKN-25-R-A071 DUE 05/26/2025 at 02:00PM -04:00 POC Mitchell E Douglas, mitchell.e.douglas.civ@army.mil Jasmyne Peterson, Contracting Officer, Jasmyne.C.Peterson.civ@army.mil
***THIS REQUIREMENT IS A 100% SMALL BUSINESS SET ASIDE IN ACCORDANCE WITH FAR 19.502-2***
***THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS IN ACCORDANCE WITH FAR CLAUSE 52.232-18***
This is a combined synopsis/solicitation for commercial services in accordance with the format in
FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice.
This announcement constitutes the only solicitation; proposals are being requested and a written
solicitation will not be issued.
1. The purpose of this solicitation is for the procurement of Generator Maintenance Services in
support of the United States Army Garrison (USAG) Devens Reserve Forces Training Area (DRFTA),
Directorate of Public Works (DPW). Services shall be performed at multiple locations on Fort
Devens, MA 01434.
2. The Government intends to solicit and award a Firm Fixed Price (FFP) contract. The period of
performance for this effort shall be one (1) 12-month Base Period and four (4) 12-month Option
Periods.
3. See Federal Acquisition Regulation (FAR) 52.212-1 "Instructions To Offerors", FAR 52.212-1
"Addendum For Instructions To Offerors", FAR 52.212-2 "Addendum For Evaluation Criteria" and FAR
52.212-4 "Addendum for Contract Terms And Conditions - Commercial Products and Commercial Services.
4. A site visit will be available on FRIDAY, 16 MAY 2025 from 10:00AM EST to 11:00AM EST. All
requests shall be submitted via email to the Engineer Technician, Paul Lavoie,
paul.a.lavoie3.civ@army.mil, On site POC, david.a.mccrillis.civ@army.mil the Contract Specialist,
Mitchell Douglas at Mitchell.e.douglas.civ@army.mil, and the Contracting Officer, Jasmyne Peterson
at jasmyne.c.peterson.civ@army.mil. Visitors must have a valid driver's license or state issued
identification. An installation access request form shall be completed and sent to the
aforementioned POCs no later than TUESDAY, 13 MAY 2025 by 4:00PM. The installation site visit
request form can be found at https://home.army.mil/devens/Misson%
20and%20Vision/visitor-information. In no way shall failure to inspect the site constitute a
grounds for claim after award.
5. Questions regarding the solicitation shall be issued via email no later than 4:00PM EST,
TUESDAY, 20 May 2025 to the Contract Specialist, Mitchell Douglas at
mitchell.e.douglas.civ@army.mil, and the Contracting Officer, Jasmyne Peterson at
jasmyne.c.peterson.civ@army.mil .
6. All work shall be performed in accordance with Attachment 0001 - Performance Work Statement.
7. All offers shall remain valid for 120 calendar days.
8. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible
to receive a Department of Defense contract award. Steps to register can be found at
https://www.SAM.gov
9. COMPLETING A QUOTE FOR SUBMITTAL:
a. Quotes are due no later than the date and time listed in the Standard Form (SF) 1449, Block 8,
and shall be submitted via email to the Contract Specialist, Mitchell Douglas at
mitchell.e.douglas.civ@army.mil, and the Contracting Officer, Jasmyne Peterson at
jasmyne.c.peterson.civ@army. mil. Updates to this solicitation will be posted on the SAM website
(https://www.SAM.gov).
b. CAGE, Unique Entity Identified (UEI), Federal Tax Identification Number (TIN), and any small
business preference or socioeconomic concern (such as 8(a) certified, HUBZone certified,
Women-Owned Small Business/Economically Disadvantaged Women-Owned Small Business, and
Service-Disabled Veteran-Owned Small Business) under the applicable NAICS code, see block SF1449,
Block 10.
c. The Offerors shall submit a price for each FFP Contract Line Item Number (CLIN) for the base
period and option periods on the SF1449 Continuation Sheets of the solicitation. Offerors are
required to complete blocks 12, 17, and 30. Offerors are required to submit a signed SF1449 (Blocks
30a through 30c). In addition, the contractor shall sign and acknowledge any potential resulting
amendments to this solicitation. In doing so, the offeror accedes to the contract terms and
conditions as written in the solicitation.
d. Provide the name, title, address, email address and telephone number of the company/division
point of contact regarding business decisions made with respect to the proposal and who can
contractually obligate the company. The offeror shall identify those individuals authorized to
negotiate with the Government.
e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of
QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation,
the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows
only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the
QUANTITY will be held to be the intended price.
f. The Contractor shall submit with its offer, the Prime Contractor's valid Certificate of
Insurance in accordance with the requirements and applicable insurance amounts set forth within the
solicitation at FAR 52.228-5, Insurance - Work on a Government Installation," and "Insurance
Requirements" listed below.
g. The offeror shall complete all "fill-ins" in provisions and clauses that apply to the response to this solicitation.
h. Failure to provide any applicable information required by this solicitation may result in the offeror being deemed non-responsive and ineligible for award.
i. The Offeror shall complete attachment, Standard Form LLL, "Disclosure of Lobbying Activities" if applicable.