Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2017 FBO #5710
SOLICITATION NOTICE

J -- AUTOMATIC SECURITY GATE PREVENTATIVE MAINTENANCE AND REPAIR

Notice Date
7/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment 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
W91ZLK17T0164
 
Archive Date
8/12/2017
 
Point of Contact
Sandra J. Kennedy, Phone: 4438614740
 
E-Mail Address
sandra.j.kennedy14.civ@mail.mil
(sandra.j.kennedy14.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, and supplemented with additional information included in this notice. The solicitation number is W91ZLK-17-T-0164, and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. This requirement is a 100% set-aside for small business, and only qualified offers' may submit questions and bids. Offers must be registered in the System for Award Management at http://www.sam.gov (SAM), at the time of bid. The solicitation will start on Monday, July 10, 2017 and will end on Friday, Jul 28, 2017 at 10:00 AM Eastern Time, or as otherwise posted at http://www.fbo.gov. (FedBizOpps.Gov). This requirement is for the Preventative Maintenance, Inspection, Remedial and Emergency Repairs of nine (9) automatic security gates as shown in the following Performance Work Statement. The contract will include a Base Year with two (2) Option years. Proposed Period of Performance of base year: 24 Sep 2017 - 23 June 2018. The Government contemplates award of a combination Firm-Fixed Price (FFP) and Time and material (T&M) Contract. *Equipment Specifications are listed within the attached Performance Work Statement (PWS) **. All interested vendors must respond by July 28, 2017, 10:00 AM Eastern Time. The lowest price technically acceptable source selection process will be followed. Responses shall be submitted via e-mail to Sandra.j.kennedy14.civ@mail.mil. The e-mail subject line shall state: W91ZLK-17-T-0168. Please read all the information and submission procedures. NO TELEPHONE REQUESTS WILL BE HONORED The following provisions and clauses will be incorporated by reference: The following provisions and clauses will be incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). 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. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items and Addendum 52.217-5 Evaluation of Options 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 offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C.2402) 52.216-31 Time-and-Materials/Labor Hour Proposal Requirements-Commercial Item Acquisition 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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 Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2013) applies to this order. The following additional DFAR clauses cited in the clause are applicable: 252.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.225-7035 Buy American- Free Trade Agreements- Balance of Payments Program Certificate 252.225-7036 Buy American- Free Trade Agreements- Balance of Payments Program 252.227-7015 Technical Data- Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment 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. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil 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. Bids are to be submitted in the following format: CLIN 0001 PREVENTATIVE MAINTENANCE AND INSPECTION As per PWS Base Year QTY: 1 Job Firm Fixed Price: $________ CLIN 0002 REMEDIAL & EMERGENCY REPAIRS As per PWS Base Year QTY: 1 Job Time & Material: Labor Rate $ ________________ per hour Parts: List Price LESS discount of _________% CLIN 0003 Accounting for Contract Services Qty. 1 Each NOT SEPARATELY PRICED EXTENDED DESCRIPTION: 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 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 https://contractormanpower.@hqda.army.mil. 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 at quote mark unit price quote mark above. If no direct cost is associated with providing the data, enter quote mark no cost quote mark above. This description is for CLIN 0003, 1003 and 2003. CLIN 1001 PREVENTATIVE MAINTENANCE AND INSPECTION As per PWS Option year one (1) QTY: 1 Job Firm Fixed Price: $________ CLIN 1002 REMEDIAL & EMERGENCY REPAIRS As per PWS Option year one (1) QTY: 1 Job Time & Material: Labor Rate $ ________________ per hour Parts: List Price LESS discount of _________% CLIN 1003 Accounting for Contract Services Qty. 1 Each NOT SEPARATELY PRICED CLIN 2001 PREVENTATIVE MAINTENANCE AND INSPECTION As per PWS Option year two (2) QTY: 1 Job Firm Fixed Price: $________ CLIN 2002 REMEDIAL & EMERGENCY REPAIRS As per PWS Option Year two (2) QTY: 1 Job Time & Material: Labor Rate $ ________________ per hour Parts: List Price LESS discount of _________% CLIN 2003 Accounting for Contract Services Qty. 1 Each NOT SEPARATELY PRICED PERFORMANCE WORK STATEMENT ABERDEEN TEST CENTER, APG, MD 1.0 SCOPE OF WORK. This is a Non-Personal services contract to perform inspections, preventive maintenance and emergency repairs on security gates with components at the U.S. Army Aberdeen Test Center (ATC), Aberdeen Proving Ground (APG), MD 21005-5059. Service shall ensure gates and components are in working/serviceable order. 1.1 GENERAL. ATC is a multi-purpose test center with diverse test capabilities and facilities located in the Restricted Area of Aberdeen Proving Ground. ATC has full responsibility for supporting and controlling access to Restricted Areas located at both APG North and South. Restricting access to these areas is a mission essential requirement for safety, test integrity and security. ATC has implemented full-access gate automation at all Restricted Area gates. All gates are automated using AMAG operating system supported by ATC and ARL issued Restricted Area photo access credentials. In addition to the four (4) Restricted Area entrance and exit points, ATC uses automated gates to control access to nine (9) sensitive range areas inside the Restricted Area. Full-time access to the Restricted Area and ranges is required to support full test mission execution. 1.2 APPLICABILITY. This effort is in support of the existing and future mission of ATC located in and around Aberdeen Proving Ground (APG), Aberdeen, Maryland, to include off-site locations in Edgewood and Churchville, Maryland. 1.3 PERIOD AND PLACE OF PERFORMANCE. The period of performance shall be as shown within the contract. Performance will take place at ATC, APG, Maryland, to include off-site locations in Edgewood and Churchville, Maryland. Specific locations are: A. Gate 13, Colleran Road (Aberdeen): Main access point to the APG North Restricted Area B. Gate 24, Combat Drive (Aberdeen): Secondary access point to the APG North Restricted Area C. Gate 25, Bush River Road (Aberdeen): Main access point to Phillips Army Airfield (PAAF) APG North Restricted Area. D. Post 10, Ricketts Point Road (Edgewood): Main access point to the APG South Restricted Area E. Gate 18: Colleran Road (Aberdeen): Exit gate from the APG North Restricted Area (outbound only) & Entrance/exit pedestrian turnstile. F. BTD Range Gate, Rickets Road Road (Aberdeen): Entrance to sensitive test range G. Ford's Farm Gate, Old Baltimore Road (Aberdeen): Entrance to sensitive test range H. Bldg 714F, Michaelsville Road (Aberdeen): Entrance to sensitive test area I. Churchville Test Area, State Highway 136 (Churchville): Entrance to sensitive test range J. Bldg 338 (Aberdeen): Entrance to sensitive Automotive maintenance area. K. Poverty Island C Tower (Aberdeen): Entrance to sensitive test range. L. UTF/LWE Old Baltimore Road (Aberdeen): Entrance to sensitive test range. M. Bldg 5014, Boothby Hill Rd (Aberdeen): Entrance to rear apron & test bays. 2.0 SCHEDULING. ATC is currently operating under an Alternate Work Schedule. The work schedule is 8 workdays of 9 hours each, 1 workday of 8 hours, and every other Friday off. Current hours of operation are 7:00 a.m. to 4:30 p.m., to include a 30 minute meal period, with the exception of the first Friday in the Government's bi-weekly pay period which is 7:00 a.m. to 3:30 p.m. Contractor personnel shall be available during the Regular Work Schedule, Monday through Friday, 8:00 a.m. to 4:30 p.m. Weekends and Federal holidays are excluded. 3.0 TECHNICAL REQUIREMENTS: The contractor shall provide all labor, material, equipment, and resources required for the contract. Priority of effort will be Restricted Area access gates that include: Gate 13, Gate 24, Gate 25 and Post 10 Edgewood in order followed by the eight (9) range gates. The contractor shall respond to emergency calls within 24 hours. The contractor shall ensure that access gates, barrier arms, barrier arm operators, gate operators, controllers and all related components listed are serviced, maintained, and repaired to keep gate in continuous automated operation (Barrier arms and barrier arm operators are present at Gates 13, 24, and 25 only; no other gates have barrier arms). Service is limited to inspections, preventative maintenance, and remedial services and COR initiated on-call emergency repair to gates and gate equipment noted in Section 3.5.1. 3.1 QUARTERLY INSPECTION AND PREVENTIVE MAINTENANCE: The contractor shall conduct four (4) quarterly preventive maintenance inspections and preventive maintenance for each of four Restricted Area entrance gates (Gates 13, 24, 25 and Post 10). All inspections and preventive maintenance shall include gate operators, barrier arm operators, and control unit to ensure that all components are operating properly. 3.1.1 INSPECTIONS AND PREVENTIVE MAINTENANCE (PM): The quarterly preventive maintenance inspections and preventive maintenance for the four Restricted Area Gates shall occur in October, January, April, and July. Inspections and PMs shall be initiated no later than the 15th calendar day of the month. The Contacting Officer's Representative (COR) shall be notified of the date of the scheduled inspections and PMs no later than 48 hours prior to contractor performance. Any deficiencies discovered during the inspection and PM shall be repaired immediately unless repair parts must be procured. 3.1.2 DOCUMENTATION: The contractor shall provide a written inspection report addressing operating condition of each gate to the COR noting services performed and recommendation for parts replacement, upgrade, or repair. The report shall include a written estimate detailing recommended repairs, price and availability of repair parts, proposed timetable, and all material required for repair/modifications. The report is due to the COR within 5 (five) working days of the inspection. After the review of the cost estimate, the COR will approve or disapprove and establish a timeline for completion. 3.1.3 REMEDIAL SERVICES: Parts required for repairs shall be available within ten (10) working days after the COR has approved the contractor's cost estimate. Allowances will be provided for special order parts or items no longer in production. Repairs shall be completed within fourteen (14) days of the COR's approval. Contractor shall requisition and install parts that meet current operating system requirements and technical specifications. Contractor shall dispose of old or replaced parts. 3. 2 SEMI-ANNUAL INSPECTION AND PREVENTIVE MAINTENANCE OF RANGE GATES WITH REMEDIAL SERVICES: The contractor shall conduct a semiannual preventative maintenance inspection with remedial services for each of nine (9) Range Gates (Gate 18, BTD, Ford's Farm, Bldg 714F. Churchville Test Area, Bldg 338, C Tower PI, UTF/LWE, and Bldg 5014). All inspections, preventive maintenance, and remedial services shall include gate operators, barrier arm operators if present, and control unit to ensure that all components are operating properly. 3.2.1 INSPECTIONS AND PREVENTIVE MAINTENANCE (PM): The semiannual inspections, preventive maintenance, and remedial services for the nine Range Gates shall occur in April and October. Inspections and PMs shall be initiated no later than the 15th calendar day of the month. The COR shall be notified of the date of the scheduled inspections and PMs no later than 48 hours prior to contractor performance. Any deficiencies discovered during the inspection and PM shall be repaired immediately unless repair parts must be procured. 3.2.2 DOCUMENTATION: The contractor shall provide a written inspection report addressing operating condition of each gate to the Contacting Officer's Representative (COR) noting services performed and recommendation for parts replacement, upgrade, or repair. The report shall include a written estimate detailing recommended repairs, price and availability of repair parts, proposed timetable, and all material required for repair/modifications. The report is due to the COR within 5 (five) working days of the inspection. After the review of the cost estimate, the COR will approve or disapprove and establish a timeline for completion. 3.2.3 REMEDIAL SERVICES: Parts required for repairs shall be available within ten (10) working days after the COR has approved the contractor's cost estimate. Allowances will be provided for special order parts or items no longer in production. Repairs shall be completed within fourteen (14) days of the COR's approval. Contractor shall requisition and install parts that meet current operating system requirements and technical specifications. Contractor shall dispose of old or replaced parts. 3.3 EMERGENCY REPAIRS: The contractor shall respond to breakdown notifications at Gates 13, 10, 24 and 25 within 24 hours of notification and within 48 hours of notifications for remaining nine (9) gates (range gates). When possible, the contractor shall repair the gate immediately. When parts requisition is required, the contractor shall provide the COR with a written cost estimate detailing price and availability of parts. The cost estimate is due to the COR within 1 (one) working day of the contractor onsite response. Upon COR approval of the estimate, the contractor shall order and receive parts and make the repair within 14 days of initial COR notification. If repair cannot be accomplished within 14 days, contractor shall notify COR of reason for delay and provide an estimated repair completion date. 3.4 COORDINATION OF SERVICES: Contractor shall conduct all repairs at gates with access assistance provided by ATC Security. ATC Security will control access to operators, controllers, and supporting structures during gate maintenance operations. Contractor shall schedule gate maintenance with ATC Security by calling (410) 278-4053/3228, to coordinate time to conduct maintenance. 3.5 EQUIPMENT/COMPONENTS: 3.5.1 COMPONENTS: AMAG Symmetry HSE Eight Door Controller A. Gate 13: 1. Gate Operators: HySecurity, Slide drive 40 Model 222 E ST; QTY 2 ea 2. Gate Barrier Arm Operators: Lift master Model MAT-DC-BB3; QTY 2 ea 3. Gate Central Control Unit: AMAG Symmetry M2150-8DBC-DL-HSE; QTY 1 ea 4. Card Reader: HID MultiCLASS RPK40 SE KeyPad Reader ‐ (Black) Reads Prox, iClass, PIV,5‐16VDC* (921PHRNEK0002H); QTY: 3ea 5. Pedestrian Turnstile Unit; QTY 1 ea B. Gate 24: 1. Gate Operators: HYSecurity, Slide drive 40 Model 222 E ST; QTY 2 ea 2. Gate Barrier Arm Operators: FAAC, Model 640; QTY 2 ea 3. Gate Central Control Unit: AMAG Symmetry M2150-8DBC-DL-HSE; QTY 1 ea 4. Card Reader: HID MultiCLASS RPK40 SE KeyPad Reader ‐ (Black) Reads Prox, iClass, PIV,5‐ 16VDC* (921PHRNEK0002H); QTY 1 ea 5. Gate Camera: Camera Model 004CBW35; QTY 1ea C. Gate 25: 1. Gate Operators: HySecurity, Slide drive 40 Model 222 E ST; QTY 2 ea 2. Gate Barrier Arm Operators: Lift master Model MAT-DC-BB3; QTY 2 ea 3. Gate Central Control Unit: AMAG Symmetry M2150-8DBC-DL-HSE; QTY 1 ea 4. Card Reader: HID MultiCLASS RPK40 SE KeyPad Reader ‐ (Black) Reads Prox, iClass, PIV,5‐ 16VDC* (921PHRNEK0002H); QTY 2 ea D. Post 10 Edgewood: 1. Gate Operator: HYSecurity, Slide drive 40 Model 222 E ST; QTY 1 ea 2. Gate Central Control Unit: AMAG Symmetry M2150-8DBC-DL-HSE; QTY 1 ea 3. Card Reader: HID MultiCLASS RPK40 SE KeyPad Reader ‐ (Black) Reads Prox, iClass, PIV,5‐ 16VDC* (921PHRNEK0002H); QTY 1 ea E. Gate 18: 1. Gate Operator: Lift Master; Mdl SL585; QTY 1 ea 2. Gate Central Control Unit; AMAG Symmetry M2150-8DBC-DL-HSE QTY 1 ea 3. Pedestrian Turnstile Unit; QTY 1 ea 4. Card Reader; HID MultiCLASS RPK40 SE KeyPad Reader - (Black) Reads Prox, iClass, PIV,5- 16VDC* (921PHRNEK0002H); QTY: 1ea F. Gate Bldg 701BTD: 1. Gate Operator: Lift Master; Mdl SL585; QTY 1 ea 2. Linear Numeric Key Pad; QTY 2 ea G. Gate Bldg 714F: 1. Gate Operator: Lift Master; Mdl SL585;QTY 1 ea 2. Linear Numeric Key Pad; QTY 2 ea. H. Ford's Farm Gate: 1. Gate Operator: Lift Master; QTY 1 ea 2. Linear Numeric Key Pad: QTY 1 ea. I. Bldg 10306 Churchville Test Center Gate: 1. Gate Operators: Lift Master; Mdl SL 585 QTY 2 ea 2. Linear Numeric Key Pad; QTY 2 ea J. C-Tower Poverty Island Gate: 1. Gate Operator: Lift Master; Mdl SL 585 QTY 1 ea 2. Linear Numeric Key Pad: QTY 1 ea K. UTF/LWE Gate: 1. Gate Operator: Lift Master; Mdl SL585; QTY 1 ea 2. Linear Numeric Key Pad: QTY 1 ea L. Bldg 338 Gate: 1. Gate Operator: Lift Master; Mdl SL585; QTY 1 ea 2. Linear Numeric Key Pad: QTY 3 ea M. Bldg 5014 Gate: 1. Gate Operator: Lift Master; Mdl SL585; QTY 1 ea 2. Linear Numeric Key Pad; QTY 1 ea 4.0 INVOICING. The contractor shall use the Wide Area Work Flow (WAWF) to submit invoices for services provided to the Government, inspected and accepted by the COR. At a minimum the invoice shall include the invoice number, date, contract number, description of services, and total amounts invoiced by CLIN. Invoices shall be input as Invoice 2-in-1. The contractor shall notify the COR when invoices have been input into WAWF. 5.0 CONTRACTING OFFICER'S REPRESENTATIVE (COR). The COR will work directly with contractor to set maintenance schedule, coordinate maintenance or emergency visits and to receive and process invoices for services. The COR will report all services and payment to the ATC Security Officer and will coordinate with Contracting for any issues related to contract execution, funding or need for modification. The COR will work through ATC Contracting to get issues, questions or reports to the Contracting Officer (KO). The COR will interface directly and consistently with contractor to ensure that contract requirements are known, understood and executed. When issues, conflict or question arise, COR will resolve at the lowest level or notify the KO. 6.0 NON-PERSONAL SERVICES STATEMENT. Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management shall ensure that employees properly comply with the performance work standards outlined in the statement of work. Contractor employees shall perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the task order may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). 7.0 CONTRACTOR MANPOWER REPORTING. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, entitled Contractor Manpower Reporting System, for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. As a result, the contractor shall report all the information required by the Contractor Manpower Reporting System. The information requiring completion by the contractor includes, but may not be limited to the following: Contracting Office, Contracting Officer, Contracting Officer's Technical Representative, Contract number, Requiring activity identification code (UIC), Command, Obligated Dollars, Fund cite information, Contractor name, address, phone number, e-mail address, Direct labor hours, Direct labor dollars, Federal Service Code (FSC) and Locations of service. The contractor shall submit all required information before final invoice. The contractor shall access the Contractor Manpower Reporting System database on the internet and fill-in the required data entry fields. The system can be accessed at the following internet address: https://cmra.army.mil. ADDITIONAL INFORMATION AND SUBMISSION PROCEDURES : Provide the Government detailed information on the following at time of bid to be considered: a. Point of contact name and contact information (address, e-mail and phone number) b. CAGE code c. DUNS number d. TIN Contractor quotes must specifically address each CLIN listed in accordance with the Performance Work Statement. Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Ground, MD, 21005. Performance of services will be at Aberdeen Proving Ground, MD. All contractor representatives needing access to the installation must be US Citizens. Partial quotes will not be evaluated by the Government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. All questions must be submitted via email to sandra.j.kennedy14.civ@mail.mil by 17 Jul 2017 at 10:00 AM Eastern Time. Questions from third parties (non-bidding parties) will not be honored. All Quotations must be signed, dated, and submitted as per above instructions via email to sandra.j.kennedy14.civ@mail.mil by 28 Jul 2017 at 10:00 AM Eastern Time. ALL CORRESPONDENCE MUST HAVE THE SOLICIATION NUMBER IN THE SUBJECT LINE OF THE EMAIL: W91ZLK-17-T-0164. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online at the website link provided. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/93dfba09b368971a8f207d105f1d0859)
 
Place of Performance
Address: APG, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04573104-W 20170712/170710235607-93dfba09b368971a8f207d105f1d0859 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.