Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 17, 2021 SAM #7291
SOLICITATION NOTICE

J -- Shop Machine Maintenance at Aberdeen Proving Ground, MD

Notice Date
11/15/2021 3:01:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX22Q0005
 
Response Due
11/30/2021 8:59:00 AM
 
Archive Date
12/15/2021
 
Point of Contact
Eddie Lee Kemp, Phone: 5756785450
 
E-Mail Address
eddie.l.kemp.civ@army.mil
(eddie.l.kemp.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1.� Class Code: J049 2.� NAICS Code:� 811310 3.� Subject:� Shop Machine Maintenance 4.� Solicitation Number: W911QX22Q0005 5.� Set-Aside Code: 100% Small Business 6.� Response Date: 11/30/2021 7.� Place of Delivery/Performance:� U.S. Army Research Laboratory ����������������������������������� Aberdeen Proving Grounds, MD 21005 8.� ����������������������� (i)� 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. ����������������������� (ii)� The solicitation number is W911QX22Q0005. This acquisition is issued as a Request for Quote (RFQ) ����������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07 effective date 9-10-2021. ����������������������� (iv)� This acquisition is set-aside for 100% Small Business.� The associated NAICS code is 811310. The small business size standard is $8,000,000. ����������������������� (v)�� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):� Please provide a quote based on the following CLIN structure. For the T&M CLIN(s) a Not to Exceed (NTE) ceiling amount has been provided as estimated by the Government. CLIN CLIN Description CLIN Type NTE Ceiling BASE YEAR CLIN 0001 Preventive Maintenance Firm Fixed Price (FFP) CLIN 0002 Repair Call Labor Time and Materials (T&M) $8,100.00 CLIN 0003 Repair Call Parts T&M $20,000.00 CLIN 0004 Data Requirements NSP OPTION YEAR 1 CLIN 0005 Option 1 Preventive Maintenance FFP CLIN 0006 Option 1 Repair Call Labor T&M $8,400.00 CLIN 0007 Option 1 Repair Call Parts T&M $20,000.00 OPTION YEAR 2 CLIN 0008 Option 2 Preventive Maintenance FFP CLIN 0009 Option 2 Repair Call Labor T&M $8,700.00 CLIN 00010 Option 2 Repair Call Parts T&M $20,000.00 ����������������������� (vi) �Description of requirements: In accordance with the Performance Work Statement �(PWS). The PWS and DD 1423 will be provided under separate cover upon request to suitable offerors. Request are due by 23 November 2021. ����������������������� (vii) Period of Performance is: � Base Year: 16 December 2021 � 15 December 2022 Option Year 1: 16 December 2022 � 15 December 2023 Option Year 2: 16 December 2023 � 15 December 2024 Location of Performance: Aberdeen Proving Ground, MD. Acceptance shall be performed at Aberdeen Proving Ground, MD. The FOB point is Aberdeen Proving Ground, MD. ����������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: None ����������������������� (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria � Comparative Evaluation The specific evaluation is to be used as follows:� In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized.� Comparative evaluation is the comparison of all offers received in response to this solicitation against each other.� An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the government.� Award will be made to the offer that is most advantageous to the Government.� The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government.� In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation.� The below evaluation factors will be utilized during evaluation (in no order of relative importance):� Price: Price will be evaluated based on the total proposed price, including options, (if any). The Government reserves the right and discretion to perform price realism analysis on any offer that appears to be so low as to pose a risk to the Government in understanding the requirements of the solicitation. Technical Acceptability: The technical acceptability element of the evaluation will be a determination as to whether the proposed product/service meets the performance characteristics and specifications in the solicitation.� 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, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement.� If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past Performance: 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 two (2) records of sales from the previous 24 months.� Offerors shall identify a point of contact for each sale by providing a name and telephone number.� ����������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. ����������������������� (xi)� 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. ����������������������� (xii)� 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: 52.203-3���� GRATUITIES (APR 1984) 52.203-6���� RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUNE ����������� ����� 2020) Alternate I (OCT 1995) 52.204-10�� REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT ����������� ����� AWARDS (JUN 2020) 52.209-6���� PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH ����������� ����� CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT ����������� ����� (JUN 2020) 52.219-6���� DEVIATION 2020-O0008 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR ����������� ����� 2020) 52.219-8���� UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018) 52.219-14�� DEVIATION 2020-O0008 LIMITATIONS ON SUBCONTRACTING (MAR 2020) 52.219-28�� POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.222-3���� CONVICT LABOR (JUN 2003) 52.222-21��� PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26��� EQUAL OPPORTUNITY (SEP 2016) 52.222-35��� EQUAL OPPORTUNITY FOR VETERANS (JUN 2020) 52.222-36��� AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37��� EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF ����������� ������ THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (JUN 2020) 52.222-40��� NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR ����������� ������ RELATIONS ACT (DEC 2010) 52.222-50��� COMBATING TRAFFICKING IN PERSONS (OCT 2020) 52.222-51��� EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR ����������� ������ STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR ����������� ������ OF CERTAIN EQUIPMENT-REQUIREMENTS (MAY�2014) 52.222-54��� EMPLOYMENT ELIGIBILITY VERIFICATION (OCT 2015) 52.223-18��� ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE ����������� ������ DRIVING (JUN 2020) 52.225-13��� RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021) 52.232-33��� PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR ����������� ������ REGISTRATION (OCT 2018) 52.232-36��� PAYMENT BY THIRD PARTY (MAY 2014) 252.203-7000���� REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD ����������������������� OFFICIALS (SEP 2011) 252.203-7005� � REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD ����������� ���������� � OFFICIALS (NOV 2011) 252.204-7003��� CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)� 252.204-7004� � DOD ANTITERRORISM AWARENESS TRAINING FOR CONTRACTORS (FEB ������������������������ 2019) 252.204-7008���� COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION ����������������������� CONTROLS (OCT 2016) 252.204-7012��� SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER ����������������������� INCIDENT REPORTING (DEC 2019) 252.204-7015���� NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) 252.204-7016���� COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR ����������������������� SERVICES�REPRESENTATION (DEC 2019) 252.204-7017���� PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE ����������������������� TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION ����������������������� (MAY 2021) 252.204-7018���� PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE ����������������������� TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) 252.204-7019���� NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV ����������������������� 2020) 252.204-7020���� NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.213-7000���� NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF SUPPLIER PERFORMANCE RISK SYSTEM IN PAST PERFORMANCE EVALUATIONS. (SEPT 2019) 252.215-7008���� ONLY ONE OFFER (JUL 2019) 252.223-7008���� PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7016��� RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS (JUN ����������������������� 2011) 252.225-7052��� RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND� TUNGSTEN (OCT 2020) DEVIATION 2020-O0005 252.225-7974 �� DEVIATION 2020-O0005 REPRESENTATION REGARDING BUSINESS ����������������������� OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB ����������������������� 2020) 252.226-7001��� UTILIZATION OF INDIAN ORGANIZATIONS, AND INDIAN-OWNED ����������������������� ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS ����������������������� CONCERNS (APR 2019) 252.232-7003��� ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING ����������������������� REPORTS (DEC 2018) 252.232-7010���� LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010���� PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR ����������������������� PERSONNEL (JUN 2013) 252.243-7002��� REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) 252.244-7000���� SUBCONTRACTS FOR COMMERCIAL ITEMS (JAN 2021) 252.246-7003���� NOTIFICATION OF POTENTIAL SAFETY ISSUES (JUN 2013) 252.246-7008���� SOURCES OF ELECTRONIC PARTS (MAY 2018) ����������������������� (xiii)� 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): 52.204-7����������� SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13��������� SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) ����������������������� ITEMS (JAN 2021) ALT I (OCT 2014) 52.204-16��������� COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-18��������� COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG ����������������������� 2020) 52.204-24��������� REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND ����������������������� VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) 52.217-8����������� OPTION TO EXTEND SERVICES (Nov 1999) 52.232-22��������� LIMITATION OF FUNDS (Apr 1984) 52.232-40��������� PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS ����������������������� SUBCONTRACTORS (DEC 2013) 52.245-1����������� GOVERNMENT PROPERTY (SEP 2021) 52.245-9 ��������� USE AND CHARGES (APR 2012) 252.201-7000���� REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000��� DISCLOSURE OF INFORMATION 252.211-7007���� REPORTING OF GOVERNMENT-FURNISHED PROPERTY (AUG 2012) 252.225-7012���� PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.245-7001���� TAGGING, LABELING, AND MARKING OF GOVERNMENT-FURNISHED PROPERTY (APR 2012) 252.245-7002���� REPORTING LOSS OF GOVERNMENT PROPERTY (JAN 2021) 252.245-7003���� CONTRACTOR PROPERTY MANAGEMENT SYSTEM ADMINISTRATION (APR 2012) 252.245-7004���� REPORTING, REUTILIZATION, AND DISPOSAL (DEC 2017) Full Text: 52.252-2����������� CLAUSES INCORPORATED BY REFERENCE 252.211-7003��� ITEM IDENTIFICATION AND VALUATION 252.223-7999 �� DEVIATION 2021-O0009 ENSURING ADEQUATE COVID-19 SAFETY ����������������������� PROTOCOLS FOR FEDERAL CONTRACTORS (DEVIATION 2021-O0009) 252.232-7006���� WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) Adelphi Special Instructions: ACC - APG POINT OF CONTACT� CONTRACTING OFFICER�S REPRESENTATIVE TYPE OF CONTRACT NON-PERSONAL SERVICES DISTRIBUTION STATEMENT C GOVERNMENT INSPECTION AND ACCEPTANCE EXERCISE OF OPTION PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERTIFICATE PAYMENT INSTRUCTIONS T&M or LH COST DETAILS LIMITATION OF COST/ FUNDS SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOV�T-CONTRACTOR RELATIONSHIPS RECEIVING ROOM REQUIREMENTS � APG EXCEPTIONS IN PROPOSAL ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING PAYMENT TERMS PAST PERFORMANCE INFORMATION INCREMENTAL FUNDING EVAL OF 52.217-8 OPTIONS�� ����������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A ����������������������� (xv)� The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. ����������������������� (xvi)� Offers are due on 30 November 2021, by 11:59 AM EST, at: Eddie Kemp; eddie.l.kemp.civ@army.mil ����������������������� (xvii)� For information regarding this solicitation, please contact Eddie Kemp; eddie.l.kemp.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3e03fc4818bd474191978688dd328c13/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06176674-F 20211117/211115230110 (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 |
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.