SOLICITATION NOTICE
R -- ATC Safety Support Services
- Notice Date
- 5/26/2020 11:12:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-20-R-0024
- Response Due
- 5/28/2020 10:00:00 AM
- Archive Date
- 06/12/2020
- Point of Contact
- Lynette Perez, Phone: 443-502-0788, Erin K. Weber, Phone: 4103062790
- E-Mail Address
-
lynette.n.perez.civ@mail.mil, erin.k.weber.civ@mail.mil
(lynette.n.perez.civ@mail.mil, erin.k.weber.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation, W91CRB-20-R-0024, �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% competitive Small Business Set-Aside under NAICS code: 541690, �Other Scientific and Technical Consulting Services.� The Business Size Standard for NAICS Code 541690 is $16,500,000. 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 provide Safety Specialists, Industrial Hygienists, and Environmental Science Technician / Health Physics Technician to the ATC Safety & Occupational Health Office located at Aberdeen Proving Ground, MD. The Government anticipates the issuance of a hybrid contract with Firm Fixed Price and Time and Materials CLINs as a result of the subject solicitation. The anticipated period of performance shall include a base year and two (2), twelve (12) month option years, with an estimated start date of 01 October 2020. 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 Transition In Costs CLIN 0002: T&M Transition Out Costs CLIN 0003:� FFP Year 1 labor CLIN 0004:� T&M Year 1 Labor CLIN 1001:� FFP Year 2 Labor (option) CLIN 1002:� T&M Year 2 Labor (option) CLIN 2001:� FFP Year 3 Labor (option) CLIN 2002:� T&M Year 3 Labor (option) CLIN 2003: FFP Transition Out Costs CLIN 2004: T&M Transition Out Costs CLIN 3001: Contractor Manpower Reporting CLIN 3002: 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. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards.� Offerors shall refer to Attachment 2 to this combined synopsis/solicitation, which outlines Proposal Instructions (Section L) and Evaluation (Section M). The technical evaluation will be a determination based on information furnished by the Contractor. 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. In order to be considered technically acceptable the Contractor responses must provide: a. Information in enough detail to show that the Contractor is able to meet the requirements. b. Point of contact name and contact information, company CAGE code, DUNS number, and TIN. Partial quotes will not be evaluated by the Government. 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. Proposals submitted by Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at https://beta.sam.gov. FAR 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full test. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following address: https://www.acquisition.gov It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements.� The�attached solicitation provides the provisions and clauses applicable�to this notice and�are incorporated by reference. Full text of provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: https://www.acquisition.gov Offerors may submit questions in reference to this solicitation to the Contract Specialist via email no later than 1000 EST,�21 May 2020. Offerors may submit their quote via email to the Contract Specialist. Responses to this solicitation must be signed, dated, and received by the Contract Specialist no later than by 1:00PM EST on 28 May 2020. Please note there is a 5MB limit on email size. Contact information: Lynette Perez Contract Specialist Army Contracting Command- Aberdeen Proving Ground (ACC-APG) Phone: 443-502-0788 Email: lynette.n.perez.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/737b5f16e22643d499a76e706fcdeb83/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05670084-F 20200528/200526230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |