SOLICITATION NOTICE
41 -- Refrigeration Maintenance Test Chamber - Performance Work Statement
- Notice Date
- 2/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-17-T-0045
- Archive Date
- 3/23/2017
- Point of Contact
- Lesha N Jones, Phone: 4438614746
- E-Mail Address
-
lesha.n.jones.civ@mail.mil
(lesha.n.jones.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- QASP PWS Combined Synopsis/Solicitation W91ZLK-17-T-0045 Aberdeen Test Center Maintenance, Repair, and Ammonia Refrigeration Support For Environmental Test Chambers (i) 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. (ii) This solicitation, W91ZLK-17-T-0045, is being issued as a Request for Quote (RFQ) in accordance with the Government's requirement. (iii) The solicitation and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76, effective 25 July 2014. (iv) The North American Industry Classification Standard (NAICS) code is 811310. This procurement is being solicited as 100% Small Business set aside. (v) The Firm Fixed Priced (FFP) and Time and Material (T&M) contract line numbers are listed below: Please Submit quotes in the following format: Hourly rates shall be given as: -Regular time is Monday through Friday, 7:30 a.m. - 4:p.m - -Saturday and over 8 hours Monday through Friday- -Sundays and Holidays- CLIN 0001: $__________Base Year Preventive Maintenance This CLIN will cover the maintenance, repair, and ammonia refrigeration support of all fixed prices aspects of the performance work statement. CLIN 0002: Base Year Emergency Response Repair $________/Regular rate per hour $________/Overtime rate per hour $________/Saturday/Weekend $_______/Sunday & Holiday rate per hour This CLIN will cover the emergency response and repair of all Time & Materials aspects of the Performance Work Statement. CLIN 0003: $ __0_ Contractor Manpower Reporting Application Accounting for Contract Services Cost for Providing Accounting for Contract Services- APG 5152.237-490, Accounting for Contract Services Requirement, has been added to the statement of work, and 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 "No Cost". Instructions, including the contractor and subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https//cmra.army.mil https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. This applies to CLINs 0003, 1003, and 2003 CLIN 1001: $__________Option Year One (1) Preventive Maintenance This CLIN will cover the maintenance, repair, and ammonia refrigeration support of all fixed prices aspects of the performance work statement. CLIN 1002: Option Year One (1) Emergency Response Repair $________/Regular rate per hour $________/Overtime rate per hour $________/Saturday/Weekend $_______/Sunday & Holiday rate per hour This CLIN will cover the emergency response and repair of all Time & Materials aspects of the Performance Work Statement. CLIN 1003: $ 0__ Contractor Manpower Reporting Application Accounting for Contract services CLIN 2001: $__________Option Year Two (2) Preventive Maintenance This CLIN will cover the maintenance, repair, and ammonia refrigeration support of all fixed prices aspects of the performance work statement. CLIN 2002: Option Year Two (2) Emergency Response Repair $________/Regular rate per hour $________/Overtime rate per hour $________/Saturday/Weekend $_______/Sunday & Holiday rate per hour This CLIN will cover the emergency response and repair of all Time & Materials aspects of the Performance Work Statement. CLIN 2003: $ 0__ Contractor Manpower Reporting Application Accounting for Contract services (vi) The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) on behalf of the Aberdeen Test Center intends to solicit and award a Firm Fixed Priced (FFP) and Time and Material Contract to obtain Refrigeration Maintenance support. (See attached Performance Work Statement and QASP). Period of Performance: The performance period of this contract shall be a base year with two (2) options years after the award date. Contractor shall be responsible to deliver all maintenance services, annual maintenance report, mechanical integrity check sheets, emergency service tickets, and any other documentation that results from the work listed under this performance work statement. The facility is operated 24/7. The normal hours of operation for scheduled maintenance are 0700 to 1630. All tasks will be scheduled throught the ATC COR. Recognized Holidays: The contractor wil not be required to work on the following holidays. New Year's Day Labor Day Martin Luther King Jr's Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Eve & Day (vii) FAR 52.212-1, Instruction to Offerors-Commercial items, applies to this acquisition. (viii) FAR 52.212-2, Evaluation-Commercial items, applies to this acquisition. a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the Lowest Price Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: factor 1- Technical, and factor 2- Price. b. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offer or within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix) FAR 52.212-3, Offeror Representations and Certification-Commercial items, applies to this acquisition. Offerors shall include a completed copy of provision with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions -Commercial Items, applies to this acquisition. (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial items, applies to this acquisition. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of these FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. (xii) FAR and DFARS Clauses Incorporated by Reference are applicable to this acquisition: 52.247-34, F.O.B. Destination; 52.232-39 Unenforceability of Unauthorized Obligations; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.253-1, Computer Generated Forms; 252.232-7010, Levies on Contract Payments; and 252.233-7001, Choice of Law (Overseas). The full text of these FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. FAR and DFARS Clauses Incorporated by Full Text are applicable to this acquisition: 52.204-3, Taxpayer Identification; 52.204-7, System for Award Management; 52.215-6, Place of Performance; 52.216-1, Type of Contract; 52.233-2, Service of Protest; 52.246-2, Inspection of Services-Fixed Price; and 252-246-7000, Material Inspection and Receiving Reports. The full text of these FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. DFARS Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 252-212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Order Applicable to Defense Acquisitions of Commercial Items, Clause Incorporated by Full Text, is applicable to this acquisition. The following DFARS clause within the aforementioned clause is being selected as applicable to this acquisition: 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The full text of this FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at www.sam.gov. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. (xiii) The Defense Priorities and Allocation System (DPAS) do not apply to this acquisition. (xv) Questions (Please use the solicitation number as the subject) must be submitted by Saturday, 4 March 2017 at noon (12:00pm) EST. All proposals must be good for at least 30 calendar days. Quotes are due via email no later than Wednesday, 8 March at 1:00PM EST. Late submissions will not be accepted. (xv) Questions or quotes shall be submitted to Ms. Lesha Jones BY EMAIL ONLY to lesha.n.jones.civ@mail.mil. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST PROGRAM (AUG 2012) ACC-APG 5152.233-4900 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 General Accounting Office (GAO) 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. Send protests (other than protests to the Contracting Officer) to: 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. For questions concerning this solicitation, contact the Contract Specialist Lesha Jones via email at lesha.n.jones.civ@mail.mil TELEPHONE REQUESTS WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/06c3e20db9593b663ae42cd738d3e05e)
- Record
- SN04410157-W 20170224/170222234514-06c3e20db9593b663ae42cd738d3e05e (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 |