Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2022 SAM #7455
SOLICITATION NOTICE

J -- Welding Maintenance and Repair

Notice Date
4/27/2022 8:14:16 AM
 
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 DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-22-R-0017
 
Response Due
5/30/2022 12:00:00 PM
 
Archive Date
06/14/2022
 
Point of Contact
Lesha N Jones, Phone: 4438614746, Jamison, Gregory, Phone: 4438614742
 
E-Mail Address
lesha.n.jones.civ@army.mil, gregory.j.jamison.civ@army.mil
(lesha.n.jones.civ@army.mil, gregory.j.jamison.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �The U.S. Army Aberdeen Test Center (ATC) � � � � � � � � � � � � � � � � � Electrical and Mechanical Welding Shop Equipment Maintenance & Repair Services � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Combined Synopsis/Solicitation 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; and request for proposals are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-05 (7 March 2022). The solicitation number for this request for proposal (RFP) is W91ZLK-22-R-0017. This solicitation is being procured as 100% small business set aside and in accordance with FAR Part 13.5 Commercial Test Program. This requirement is under the associated North American Industry Classification System (NAICS) Code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the Size Standard $7.5M. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following service. All offerors shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the schedule of services below. The Government contemplates award of a Firm-Fixed Price, purchase order for following service requirement: Aberdeen Test Center (ATC) Electrical and Mechanical Welding Shop Equipment Maintenance & Repair Services, one (1) base year and two (2) option years. The period of performance will be 30 June 2022 to 29 June 2025 for a total of 36 months. INSTRUCTIONS AND INFORMATION TO OFFERORS: 52.212-1 Instruction to Offerors-- Commercial Items/Services This clause applies in its entirety and there are currently no addenda to the provision. Volume I TECHNICAL PROPOSAL: ATC Electrical and Mechanical Welding Shop Equipment Preventative Maintenance and Repair Services - W91ZLK-22-R-0017. Volume II PRICE: ATC Electrical and Mechanical Welding Shop Equipment Preventative Maintenance and Repair Services - W91ZLK-22-R-0017 Price proposals shall include Firm Fixed Pricing for one (1) base year and two (2) optional years, each a duration of twelve (12) months. ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-22-R-0017 PROPOSAL FROM (INSERT COMPANY NAME) Proposal Format: Volume I: Detail Technical Proposal which address all task listed in the PWS not to exceed 15 pages 1.All elements in the Performance Work Statement (Attachment) 2.Technical � Meets all elements of the PWS Meets schedule Meets local base requirements (security and safety) Cleary meets mission requirements Sufficient past performance (neutral rating of none is provided) Quality Assurance Plan Submission (Attachment) Volume Contend Requirements: Executive Summary (Volume I): The Executive Summary shall include a brief summary of the offeror�s capability and approach to accomplish the requirements of this contract. Include a statement specifying agreement with all terms, conditions, and provisions included in the RFP or any exceptions. Any exceptions taken to the attachments, exhibits, enclosures, or other RFP terms, conditions, or documents must be fully explained, however, any such exceptions may be grounds for the Contracting Officer to reject the proposal from further consideration in the source selection process before initial evaluation. FACTOR 1: Technical Proposal (Volume I) The Technical Proposal shall contain information on the Technical Capabilities factor. The Government is not responsible for locating or securing any information which is not identified in the Proposal. Technical Capabilities Factor: As a minimum, Offerors shall address the following: Offerors shall provide a discussion to describe how they intend to perform the requirements of the PWS which demonstrates a complete understanding of the PWS requirements. In addition, offerors shall provide evidence that they can meet the minimum requirements of the PWS. Volume II: Price Proposal 1. Proposed Firm Fixed Price for the Base year and both optional years: See below for schedule of services. FACTOR 2: Price Proposal (Volume II) Information requested below for inclusion in the Price Proposal is not intended to be restrictive or all-inclusive. Pricing information shall be addressed ONLY in the Price Proposal (Volume II) and shall be separated from any technical information being provided. The Government intends to make award to the Offeror whose proposal is technically acceptable with the lowest evaluated price (LPTA). The Price Volume shall clearly identify the proposed firm-fixed price unit prices for CLINs 0001, 1001, 2001. To include the following: ITEM 0001; Preventative Maintenance Base Year 1 JOB $_______ ITEM 1001; Preventative Maintenance Option Year One (1) 1 JOB $_______ ITEM 2001; Preventative Maintenance Option Year Two (2) 1 JOB $ _______ The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. 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. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All proposals from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (DEV) This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: www.acquisition.gov: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act�Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� 1. 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110252, Title VI, Chapter 1 (41 U.S.C. 251 note). 2. 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. 3. 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 1. 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). 2. 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). 3. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. 4. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 5. 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 6. 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). 7. 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). 8. 52.222-54, Employment Eligibility Verification (JUL 2012). 9. 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). 10. 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217-8 Option to Extend Services (Nov 1999) 52.217-8 -- Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contract Specialist Lesha Jones and or Contract Officer Gregory Jamison via email no later than 3 p.m./15:00 p.m. Eastern Time, 13 May 2022, to lesha.n.jones.civ@army.mil or gregory.j.jamison.civ@army.mil SUBJECT LINE: W91ZLK-22-R-0017, Questions from (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on SAM.gov. Responses to this solicitation must be signed, dated, and received no later than 1500 or 3:00 p.m. Eastern Time, 30 May 2022. Responses must be sent by email directly to the Contract Specialist Lesha Jones at lesha.n.jones.civ@army.mil or gregory.j.jamison.civ@army.mil. Primary Point of Contact: Lesha Jones Contract Specialist lesha.n.jones.civ@army.mil NO TELEPHONE INQUIRES WILL BE HONORED Proposals must be signed, dated, and received by date/time. EST via email to lesha.n.jones.civ@army.mil ATTACHMENTS: Combined Synopsis/solicitation PWS Quality Assurance Plan Submission
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8bf2eabe05b34d248be88edfc6ef8ea8/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06309496-F 20220429/220427230057 (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.