SOLICITATION NOTICE
66 -- Combined Synopsis/Solicitation - Annual Maintenance and Calibration of Fuel Mass Flow Meter and Fuel Measurement System
- Notice Date
- 4/17/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-15-T-0093
- Response Due
- 5/1/2015
- Archive Date
- 6/16/2015
- Point of Contact
- Justino Surla, 443-861-4758
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(justino.r.surla.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. W91ZLK-15-T-0093 Combined Synopsis/Solicitation - Preventative Maintenance, Remedial Repair, and Calibration Services for Fuel Systems This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-80 (2 March 2015). The solicitation number for this requirement is W91ZLK-15-T-0093. This requirement is a TOTAL SMALL BUSINESS SET-ASIDE. The applicable North American Industry Classification System (NAICS) Code is 541990 - All Other Professional, Scientific, and Technical Services, which has a size standards of $15 million dollars. This requirement is for annual preventative maintenance, calibration, and remedial repair services. The Government contemplates award of a Firm-Fixed Price contract, Lowest Price Technically Acceptable. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Test Program for Certain Commercial Items. Description of Requirement: This is a non-personal services contract to provide onsite provide annual preventative maintenance, calibration, and remedial repair services on Government owned AVL Fuel Mass Flow Meter Systems and Mobile Fuel Management Systems. Please see the attached Performance Work Statement (PWS) for further details. The Government shall not exercise any supervision or control over the contract service provider performing the services. The contractor shall provide all personal, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to provide preventative maintenance, repair service and maintenance checks for Government owned instruments. Instructions for Offerors: Offerors shall submit price proposals in accordance with the structure below. Please see the attached Instructions of Offerors for further details on proposal requirements. Partial quotes will not be evaluated by the Government. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements. CLIN 0001 Preventative Maintenance Services The contractor shall provide preventative maintenance, calibration, and remedial repair services on for all equipment specified in the Performance Work Statement. Performance is to be executed at ATC Engine and Powertrain Test Facility on the Fuel Mass Flow Meter Systems. Performance is to be executed at AVL's Calibration Laboratory on the Mobile Fuel Management Systems. CLIN 0002 Accounting for Contract Services. Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. CLIN 1001 Option Year One The contractor shall provide preventative maintenance, calibration, and remedial repair services on for all equipment specified in the Performance Work Statement. Performance is to be executed at ATC Engine and Powertrain Test Facility on the Fuel Mass Flow Meter Systems. Performance is to be executed at AVL's Calibration Laboratory on the Mobile Fuel Management Systems. CLIN 1002 Accounting for Contract Services. Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. CLIN 2001 Option Year Two The contractor shall provide preventative maintenance, calibration, and remedial repair services on for all equipment specified in the Performance Work Statement. Performance is to be executed at ATC Engine and Powertrain Test Facility on the Fuel Mass Flow Meter Systems. Performance is to be executed at AVL's Calibration Laboratory on the Mobile Fuel Management Systems. CLIN 2002 Accounting for Contract Services. Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. The following provisions and clauses will be incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995). 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (June1010) 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). 52.204-13 system for Award Management Maintenance 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contractor will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. (DEVIATION 2013-00019). 52.217-5 Evaluation of Options 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013). 52.222-3, Convict Labor (June 2003). 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services Requirements (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchase 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran - Representations and Certifications 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). 52.232-39 Unenforceability of Unauthorized Payments. 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Govt Buildings, Equipment, & Vegetation 52.243-1 Changes - Fixed Price The following additional DFAR clauses cited in the clause are applicable: 252.212-7000, Offeror Representations and Certifications Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.211-7003 Item Identification and Valuation 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. SUBMISSION PROCEDURES: ALL QUESTIONS MUST BE SUBMITTED no later than 1400 EST, 24 April 2015. ALL Firm Fixed Price Proposals (FFP) must be signed, dated, and received by 1400 EST, 1 May 2015 via email to SSG Surla, Justino R., at the following email: justino.r.surla.mil@mail.mil. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Service desk http://www.fsd.gov. For questions concerning this solicitation contact SSG Surla, Justino R. via email at justino.r.surla.mil@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dd6ddf773b4d1b0c58c61d989a2e7127)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03703534-W 20150419/150417235108-dd6ddf773b4d1b0c58c61d989a2e7127 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |