SOLICITATION NOTICE
J -- Ground Equipment PM and Repair IDIQ - PWS
- Notice Date
- 12/31/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811118
— Other Automotive Mechanical and Electrical Repair and Maintenance
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- NB194000-16-00201
- Archive Date
- 1/30/2016
- Point of Contact
- Patricia M. Bullington, Phone: 3034973106, Matthew E. Gomer, Phone: 303-497-3764
- E-Mail Address
-
patricia.bullington@nist.gov, matthew.gomer@nist.gov
(patricia.bullington@nist.gov, matthew.gomer@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Appendix D SCA Wage Determination Boulder County Performance Work Statement THIS IS A COMBINED SYNOPSIS/SOLICITATION PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATIONS (FAR) 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 SOLICIATION WILL NOT BE ISSUED. Solicitation number NB194000-16-00201 is issued as a request for quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-85. The associated North American Industrial Classification System (NAICS) code for this procurement is 811118 with a small business size standard of $7.5M. This requirement is being procured as a Small Business Set-Aside. The National Institute of Standards and Technology (NIST) Acquisition Management Division intends to procure service to perform preventive maintenance and repairs on specified pieces of NIST OFPM owned heavy equipment in accordance with the attached Performance Work Statement (PWS). Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. NIST anticipates this will be a firm-fixed price IDIQ contract with a one-year base and four one-year-options from the date of award. The following are the contract line item number(s) (CLINs), item descriptions, quantities, and units of measure for this requirement IAW the attached PWS. Line Item Description Qty Unit Unit Price Total 0001 BASE: Perform PM on specified equipment 1 YR _________ __________ 0002 BASE: Perform Repairs on specified equipment 1 YR __________ __________ 1001 Option Year I: Perform PM on specified equipment 1 YR _________ __________ 1002 Option Year I: Perform Repairs on specified equipment 1 YR __________ __________ 2001 Option Year I: Perform PM on specified equipment 1 YR _________ __________ 2002 Option Year I: Perform Repairs on specified equipment 1 YR __________ __________ 3001 Option Year I: Perform PM on specified equipment 1 YR _________ __________ 3002 Option Year I: Perform Repairs on specified equipment 1 YR __________ __________ 4001 Option Year I: Perform PM on specified equipment 1 YR _________ __________ 4002 Option Year I: Perform Repairs on specified equipment 1 YR __________ __________ Description for these line item requirements can be found in the attached PWS. PLACE of PERFORMANCE: Department of Commerce National Institute of Standards and Technology 325 Broadway Boulder CO, 80305-3328 Delivery point of contact will be provided upon award. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://www.acquisition.gov/far/. All CAR clauses can be viewed at http://www.osec.doc.gov/oam/archive/CAPPS_car.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items (APR 2014) 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2013) 52.217-4, Evaluation of Options Exercised at Time of Contract Award (JUN 1988) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) 1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. 2) The Offeror represents that, as of the date of this offer- a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. Clauses 52.212-4, Contract Terms and Conditions-Commercial Items (SEP 2013) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Commercial Items (JAN 2014) including subparagraphs: 52.204-10, Reporting Executive Compensation (JUL 2013) ; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013); 52.219-4 Notice of Price Evaluation Preference; 52.219-6, Notice of Total Small Business Aside (NOV 2011) (15 U.S.C. 644); 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)); 52.219-28, Post Award Small Business Program Representation (JUL 2013); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JAN 2014); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37, Employment Reports on Veterans (SEP 2010); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011); 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (NOV 2012); 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008); 52.232-29 Terms for Financing of Purchases of Commercial Items; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013); 52.232-40, Accelerated Payments to Small Business (DEC 2013) 52.222-41, Service Contract Act of 1965 (NOV 2007) 52.222-42, Statement of Equivalent Rates for Federal Hire (MAY 1989) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) 52.232-18, Availability of Funds (APR 1984) Commerce Acquisition Regulations (CAR) http://farsite.hill.af.mil/vfcara.htm 1352.201-70, Contracting Officer's Authority 1352.201-72, Contracting Officer's Representative (COR) 1352.209-73, Compliance with the Laws 1352.209-74, Organizational Conflict of Interest 1352.213-70, Evaluation utilizing simplified acquisition procedures 1352.215-70, Proposal Preparation (to be used for this RFQ) 1352.215-72, Inquiries 1352.233-70, Agency Protests 1352.233-71, GAO and Court of Federal Claims Protests System for Award Management (SAM) Registration In accordance with FAR 52.204-99, the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award. CAR 1352.215-70, Proposal preparation (this CAR clause is to be used for this RFQ) 1) one (1) copy of a quotation which addresses all line items; 2) For the purpose of evaluating technical capability, the contractor shall: -Address all areas within the PWS as it pertains to this requirement; -Provide certified/qualified key personnel who have specialized in the preventive maintenance and repairs of large construction equipment; -Three years of past performance work to include current work equal to or greater in scope and complexity to this requirement; -Resumes for all key personnel to include a minimum of three customer references and contact information as it relates to this requirement; -Be prepared to provide a QCP, Safety Plan, and JHA which shall be approved by the appropriate Government personnel before any work can be performed at the NIST site. 3) Pricing shall include labor rates for the purpose of evaluating for reasonableness. THIS IS NOT A LABOR HOUR/T&M CONTRACT. Price catalogs for equipment repairs shall be provided. 4) This is a Combined Synopsis/Solicitation for preventive maintenance services and repair of equipment as defined in the PWS. The Government intends to award a firm-fixed price Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: (Offeror shall list exception(s) and rationale for the exception(s)) " Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a quotation is submitted based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, and the terms and conditions of the FSS or GWAC contract shall not apply; and the statement required above shall be included in the quotation. NOTE: It is the responsibility of the contractor to acknowledge any amendments made to this solicitation. All amendments will be posted on the Fedbizopps website. CAR 1352.215-72, Inquiries All questions concerning this solicitation shall be submitted in writing to the Contracting Officer via email to the Contract Specialist, Patricia Bullington at patricia.bullington@nist.gov. Questions shall be received no later than 10:00am MT, 07 JANUARY 2016. All responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Requests shall include complete company name, address, telephone and fax number. FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. CAR 1352.215-75, Evaluation Criteria 1) Technical Capability, Meeting or Exceeding the Requirement 2) Price 3) Delivery date Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the equipment/service meets or exceeds the Governments minimum required specifications. Price: Price shall be evaluated for reasonableness. A FIRM FIXED PRICE PURCHASE ORDER WILL BE ISSUED TO THE RESPONSIBLE CONTRACTOR WHOSE TECHNICALLY ACCEPTABLE QUOTATION IS DEEMED TO REPRESENT THE LOWEST PRICE. AWARD WILL BE MADE WITHOUT DISCUSSIONS Due Date and Response Information Interested vendors capable of providing the preventive maintenance and repairs in this combined synopsis/solicitation shall submit their quote in writing to: Patricia Bullington, Contract Specialist electronically at patricia.bullington@nist.gov. FAX quotations WILL NOT be accepted. Quotations are required to be received so that NIST receives them not later than 10:00 a.m. MT, 15 JANUARY 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB194000-16-00201/listing.html)
- Place of Performance
- Address: Department of Commerce, National Institute of Standards and Technology, 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN03980965-W 20160102/151231233539-7389b09c64d2b981367d2872b554d2c6 (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 |