Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2018 FBO #5938
MODIFICATION

H -- Ultra High Speed Deluge Systems at Aberdeen Proving Ground

Notice Date
2/23/2018
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 6515 Integrity Court, Building 4310, Aberdeen Proving Ground, Maryland, 21005-3013, United States
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-18-T-0009
 
Point of Contact
Roxanne Barbaris, Phone: 4102784425
 
E-Mail Address
roxanne.barbaris.civ@mail.mil
(roxanne.barbaris.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation, W91CRB-18-T-0009 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; proposals are being requested herein and a separate written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). This action is a 100% Small Business Set-Aside under NAICS code: 238220, "Plumbing, Heating and Air Conditioning Contractors." The size standard for this NAICS Code is $15,000,000. The U.S. Army Contracting Command- Aberdeen Proving Ground (ACC-APG), an agency of the Government, intends to procure the following non-personal services contract to ensure 100% operations readiness of Ultra High Speed Deluge Systems located at Aberdeen Proving Ground, MD. The Government anticipates the issuance of a Firm Fixed Price contract with Time and Materials CLINs as a result of the subject solicitation. The anticipated period of performance shall include a base year and 2, 12 month option years, with an estimated start date of 14 May 2018. All services are requested to be proposed upon and specified by the vendor as seen below and in the attached Performance Work Statement (PWS), Attachment 1 to this combined synopsis/solicitation: CLIN 0001: FFP Labor Base Period, Tasks 1-3, PWS 3.2, 3.3 & 3.4 CLIN 0002: FFP Other Direct Costs, Base Period, Tasks 1-3, PWS 3.2, 3.3 & 3.4 CLIN 0003: T&M Labor, Base Year, Task 4: PWS 3.5 CLIN 0004: Other Direct Costs, Base Year, Task 4: PWS 3.5 CLIN 0005: FFP Labor Option Year 1, Tasks 1-3, PWS 3.2, 3.3 & 3.4 CLIN 0006: FFP Other Direct Costs, Option Year 1, Tasks 1-3, PWS 3.2, 3.3 & 3.4 CLIN 0007: T&M Labor, Option Year 1, Task 4: PWS 3.5 CLIN 0008: Other Direct Costs, Option Year 1, Task 4: PWS 3.5 CLIN 0009: FFP Labor Option Year 2, Tasks 1-3, PWS 3.2, 3.3 & 3.4 CLIN 0010: FFP Other Direct Costs, Option Year 2, Tasks 1-3, PWS 3.2, 3.3 & 3.4 CLIN 0011: T&M Labor, Option Year 2, Task 4: PWS 3.5 CLIN 0012: Other Direct Costs, Option Year 2, Task 4: PWS 3.5 CLIN 0013: Contractor Manpower Reporting (Not Separately Priced) CLIN 0014: Contract Data Requirements List (Not Separately Priced) A single award will be made based on the Lowest Price Technically Acceptable (LPTA) evaluation approach as defined in FAR 15.101-2. Offerors shall refer to Attachment 2 to this combined synopsis/solicitation, which outlines Proposal Instructions (Section L) and Evaluation (Section M). Offeror cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1 based on competition and other factors. In accordance with Attachment 2, Sections L&M, offerors shall compete the Cost Model at Attachment 3 of this announcement. All responsible sources may submit a quote which will be considered by the Contracting Officer. The offeror must be registered in the System for Award Management (SAM) database and include the assigned CAGE Code with proposal quote. It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements. The following provisions and clauses are applicable to this solicitation: - FAR 52.204-16 Commercial and Government Entity Code Reporting - 52.212-1, Instructions to Offerors- Commercial; - FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, (The Offeror is required to complete and submit a copy of the FAR provision as an electronic attachment with their quotation); - FAR 52.212-4 Contract Terms and Conditions, Commercial Items; - FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; - FAR 52.219-6, Notice of Total Small Business Set-Aside - FAR 52.227-01 Authorization and Consent; - 52.227-02 Notice and Assistance Regarding Patent and Copyright Infringement; - FAR 52.227-03 Patent Indemnity; - FAR 52.227-06 Royalty Information; - FAR 52.227-09 Refund of Royalties; - FAR 52.232-1 Payments under Fixed Price Contracts - 52.232-39 Unenforceability of Unauthorized Obligations - FAR 52.243-1 Changes, Fixed Price; - FAR 52.243-1 Changes- Time and Material or Labor Hours - DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; and - DFARS 252.232-7006 Wide Area Workflow Payment Instructions. Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://farsite.hill.af.mil/ Offerors may submit questions in reference to this announcement up until 1 March 2018. The offeror shall submit their quote via email to the Contract Specialist by 1:00PM EST on 9 March 2018. Email address is as follows; Roxanne.Barbaris.civ@mail.mil. Please note there is a 5MB limit on email size. Contact information: Roxanne Barbaris Contract Specialist Army Contracting Command- Aberdeen Proving Ground (ACC-APG) Phone: 410-278-4425
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f333dee3a42537b988dc519ac94dd842)
 
Place of Performance
Address: Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04833049-W 20180225/180223231413-f333dee3a42537b988dc519ac94dd842 (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.