Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2018 FBO #6026
MODIFICATION

J -- SMALL BUSINESS SET-ASIDE FOR Security Gates Maintenance and Repair - Amendment 1

Notice Date
5/22/2018
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-18-Q-0002
 
Archive Date
6/20/2018
 
Point of Contact
Christine Chase, Phone: 3013944012
 
E-Mail Address
christine.m.chase10.civ@mail.mil
(christine.m.chase10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Updated Combo Synopsis Solicitation 1.Solicitation Number: W911QX-18-Q-0002 (0001) 2.Title: SMALL BUSINESS SET-ASIDE FOR Security Gates Maintenance and Repair 3.Classification Code: J0 4.NAICS Code: 238210 5.Set-Aside Code: Small Business 100% 6.Response Date: 10 business days after posting 7.Description: *The purpose of Amendment 0001 to W911QX-18-Q-0002 is to: Post notice of planned hosting of site visit, and to extend the solicitation response date. This extension is to ensure the solicitation remains open to allow Offerors/Bidders the opportunity to attend a site visit and provide an accurate response to the solicitation. Offerors/Bidders are urged to attend a site visit on Wednesday, 30 May 2018 at 9:00am EST to satisfy themselves regarding all general and local conditions that may affect the cost of performance. While attendance is not mandatory, it is strongly encouraged. If interested in attending, contact Christine Chase at Christine.m.chase10.civ@mail.mil no later than 10:00am EST on Friday, 25 May 2018. Interested Offerors/Bidders who plan to attend should not bring any more than two (2) additional persons on site. If attending, please provide the following information for each person requiring entry to the Army Research Laboratory (ARL): (1) name of the attendee; (2) a statement of the attendee's United States citizenship; and (3) if the attendee has previously been issued an ARL visitor's badge. Persons who have not provided this information by 10:00am EST on Friday, 25 May 2018, will not be allowed entry. ONLY ONE (1) SITE VISIT WILL BE OFFERED. Disclaimer: 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; proposals are being requested and a written solicitation will not be issued. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. IF ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. For purposes of this acquisition, the associated NAICS code is 238210. The small business size standard is $15 Million. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CONTRACT LINE ITEM NUMBER (CLIN) 0001 - BASE YEAR SERVICE CALL LABOR (Time and Materials (T&M)) CLIN 0002 BASE YEAR SERVICE CALL MATERIALS (T&M) CLIN 0003 BASE YEAR QUARTERLY MAINTENANCE - (FIRM FIXED PRICE (FFP)) CLIN 0004 - OPTION YEAR 1, SERVICE CALL LABOR (T&M) CLIN 0005- OPTION YEAR 1, SERVICE CALL MATERIALS (T&M) CLIN 0006 OPTION YEAR 1 QUARTERLY MAINTENANCE - (FFP) CLIN 0007 - OPTION YEAR 2, SERVICE CALL LABOR (T&M) CLIN 0008 - OPTION YEAR 2, SERVICE CALL MATERIALS (T&M) CLIN 0009 OPTION YEAR 2, QUARTERLY MAINTENANCE - (FFP) Specifications/Requirement: See Attached PWS Document Delivery: The work to be performed under this contract will be performed at the Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), Maryland. Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: Evaluation Criteria - Service (Tradeoff) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and/or objectives in the solicitation. Those offers that meet or exceed the stated performance characteristics and/or objectives will then be evaluated in terms of technical aspects above the minimum requirements that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance work characteristics/objectives and/or period of performance: •Provide upgrades to current security systems for six ARL/APG gates identified as: Spesutie Island- Dual barrier arm motors with Dual High security operators (hydro); Gate 7 (Building 328) - Dual barrier arms motors with Dual Liftmaster operators (chain driven); Back gate to the ARL Compound (near B-390) Liftmaster operator chain driven, no barrier arms); Building 4600 Rear (main entry gate) - single barrier arm motor with high security operator (hydro), Building 4600 Front - Liftmaster (chain driven) and Locust Point Scrap Yard Gates • Experience with dual barrier arms motors. •Experience with single barrier arm motor. •Experience with Liftmaster (chain driven) motors. •Experience with Dual Liftmaster •Experience with Dual High Security operators (HYDRO) The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, processes or other information) necessary for the Government to determine whether the proposed effort meets or exceeds the performance characteristics and/or objectives of the requirement. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed effort to industry or Government agencies. Past performance will consider the ability of the offeror to meet characteristics/objectives, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) records of sales from the previous _12_ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3CONVICT LABOR (JUN 2003) 52.222-21PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26EQUAL OPPORTUNITY (SEP 2016) 52.222-36AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36PAYMENT BY THIRD PARTY (MAY 2014) 52.222-41SERVICE CONTRACT LABOR STANDARDS (MAY 2014) 52.222-42STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) 52.222-43FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS--PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) (MAY 2014) 252.203-7005REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.223-7008PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.232-7010LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) 252.244-7000SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7003NOTIFICATION OF POTENTIAL SAFETY ISSUES (JUN 2013) 252.247-7023TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): It is anticipated that this will be awarded as a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) type contract. 52.252-1SOLICITATION PROVISIONS INCORPORATED BY REFERENCE. 52.252-2CLAUSES INCORPORATED BY REFERENCE ACC - APG POINT OF CONTACT CONTRACTING OFFICER'S REPRESENTATIVE (COR) TYPE OF CONTRACT (Reference: 52.216-1) PERFORMANCE WORK STATEMENT ARL/ALC/GARRISON NON-PERSONAL SERVICES (JUL 2012) DISTRIBUTION STATEMENT A DISTRIBUTION STATEMENT C GOVERNMENT INSPECTION AND ACCEPTANCE EXERCISE OF OPTION PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE (ARL) TIME AND MATERIALS OR LABOR HOUR COST DETAILS SUPERVISION OF EMPLOYEES WORK HOURS IDENTIFICATION OF CONTRACTOR EMPLOYEES GOVERNMENT-CONTRACTOR RELATIONSHIPS AUTHORIZATION TO USE GOVERNMENT FACILITIES REQUIRED INSURANCE COVERAGE CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) RESPONSIBILITIES & REPORTING EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL INSTRUCTIONS FOR PROPOSAL PREPARATION - OTHER DIRECT COSTS ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING UNDER CONTRACT PAYMENT TERMS PAST PERFORMANCE INFORMATION CMRA CLIN INSTRUCTIONS COMMERCIAL ACQUISITION PROVISIONS & CLAUSES (DFARS) (MAR 2017) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A VIII. The following notes apply to this announcement: None. Place of Performance: Aberdeen Proving Ground, MD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/339de77d59e9290054f914c11eba0dcf)
 
Place of Performance
Address: US Army Research Lab, Aberdeen Priving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04930444-W 20180524/180522230826-339de77d59e9290054f914c11eba0dcf (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.