Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2022 SAM #7460
SOLICITATION NOTICE

J -- Calibration and Repair of Radiac Instruments

Notice Date
5/2/2022 3:27:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment 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-0018
 
Response Due
6/1/2022 12:00:00 PM
 
Archive Date
06/16/2022
 
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
Calibration and Repair Services for Government- Owned Radiac Instruments 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; quotes 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� requirement is W91ZLK-22-R-0018. This requirement is being procured as 100% small business set aside. The applicable North American� Industry Classification System (NAICS) Code is 811219 - Other Electronic and Precision Equipment� Repair and Maintenance which have a small business size standards of $20.5 million. The objective� of this contract for the Contractor shall provide all personnel, supplies, facilities,� transportation, tools, materials, supervision, and other items and non-personnel services necessary� to provide calibration and repair services for Government owned Radiac Instruments. The contractor� is to provide the Government with an efficient and responsive means to receive calibration and� repair services to a multitude of Radiac Instruments. The Government contemplates a Firm-Fixed Price (FFP) award. This procurement is being conducted� using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Test Program for Certain� Commercial Items. Proposals shall be evaluated using the Lowest Price Technically Acceptable (LPTA)� selection process. Description of Requirement: This is non-personal services contract to provide calibration and� repair of government owned Radiac Instruments to support the Aberdeen Test Center (ATC). The� Government shall not exercise any supervision or control over the contract service provider� performing services herein. Place of Performance: Performance shall take place at the Contactor's facility or an appropriate� facility. Travel to and from ATC for pick-up and delivery of Radiac Instruments shall be included.� Contractor is responsible for providing services to pick up and drop off all instruments. Please see the attached Performance Work Statement (PWS) for further details. 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 Calibration and Repair of Radiac Instruments - W91ZLK- 22-R-0018. Volume II PRICE: ATC Calibration and Repair of Radiac Instruments - W91ZLK-22-R-0018 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-0018 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) Equipment List (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). Factor 1- The Contractor shall provide a statement they possess all required equipment, materials� and qualified personnel to perform work described in the PWS. Factor 2 - Price - Please provide a cost for CLIN�s 0001, 1001, and 2001. CLIN 0001 Base Year � � � � � � � � � � � 1 � � � � � � � � � � � � � � � � � � JOB � � � � � � � � � $ � � �� � � � � Calibration and repair Radiac Instrument FFP Contractor will provide services as outlined in the PWS and for the equipment specified on the� Equipment List. CLIN 1001 � � � � � � � � � � 1 � � � � � � � � � � � � � � � � � � JOB � � � � � � � � � $ � � � �� � � � Option Year One Calibration and repair radiac instrument FFP Contractor will provide services as outlined in the PWS and for the equipment specified on the� Equipment List. CLIN 2001 � � � � � � � � � � 1 � � � � � � � � � � � � � � � � � � JOB � � � � � � � � � $ � � � �� � � � Option Year Two Calibration and repair Radiac Instruments FFP Contractor will provide services as outlined in the PWS and for the equipment specified on the� Equipment List. The following provisions and clauses will be incorporated by reference: � 52.204-7 System for Award Management � 52.204-9 Personal Identity Verification of Contractor Personnel � 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). � 52.204-13 System for Award Management Maintenance � 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation � 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred,� Suspended or Proposed for Debarment (AUG 2013) � 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations � 52.212-1 Instruction to Offerors Commercial Items � 52.212-2, Evaluation Commercial Items The contractor 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. 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 Offerors Representations and Certifications Commercial Items An offeror shall complete� only paragraph (l) of this provision if the offeror has completed the annual representations and� certifications electronically at https://www.sam.gov If an offeror has not completed the annual� representations and certifications electronically at the SAM website, the offeror shall complete� only paragraphs (c) through (o) of this provision. � 52.212-4 Contract Terms and Conditions Commercial Items. � 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders� Commercial Items applies to this acquisition. (DEVIATION 2013-00019). 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract � 52.219-1, Small Business Program Representation � 52.219-6, Notice of Total Small Business Set-Aside � 52.219-28, Post Award Small Business Program Re-representation (JUL 2013). � 52.222-3, Convict Labor (June 2003). � 52.222-21 Prohibition of Segregated Facilities � 52.222-22 Previous Contracts and Compliance Reports � 52.222-26 Equal Opportunity � 52.222-36 Affirmative Action for Workers with Disabilities � 52.222-42 Statement for Equivalent Rates for Federal Hires � 52.222-50 Combating Trafficking in Persons � 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) � 52.225-13 Restrictions on Certain Foreign Purchase � 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions� relating to Iran - Representations and Certifications � 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). � 52.232-39 Unenforceability of Unauthorized Payments � 52.232-40 Providing Accelerated Payments to Small Business Subcontractors � 52.233-1 Disputes � 52.233-3 Protest after Award � 52.233-4 Applicable Law for Breach of Contract Claim � 52.237-1 Site visit � 52.237-2 Protection of Government Buildings, Equipment, & Vegetation � 52.243-1 Alternate I Changes - Fixed Price � 52.252-1 Solicitation Provisions Incorporated by reference � 52.252-5 Authorized Deviations in provisions The following additional DFAR clauses cited in the clause are applicable: � 252.212-7000, Offeror Representations and Certifications Commercial Items � 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders� Applicable to Defense Acquisitions of Commercial Items (APR 2007) � 252.203-3 Gratuities � 252.203-7000 Requirements Relating to Compensation of Former DoD Officials � 252.203-7003 Agency Office of the Inspector General � 252.211-7003 Item Identification and Valuation � 252.225-7001 Buy America and Balance of Payment Program � 252.225-7008 Restriction on Acquisition of Specialty Metals � 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals � 252.225-7012 Preference for Certain Domestic Commodities � 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools � 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings � 252.225-7021 Trade Agreements � 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program � 252.227-7015 Technical Data-Commercial Items � 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable � 252.225-7038 Restriction on Acquisition of Air Circuit Breakers � 252.232-7003 Electronic Submission of Payment Requests � 252-247-7023 Transportation of Supplies by Sea � 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland� Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: www.acquisition.gov. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve� those concerns with the responsible Contracting Officer. However, you can also protest to� Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to� seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather� than filing a protest with the Government Accountability Office or other external forum. Contract� award or performance is suspended during the protest to the same extent, and within the same time� periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be� timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a� protest under the AMC-Level Protest Program, the protest must request resolution under that program� and be sent to the address below. All other agency-level protests should be sent to the contracting� officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at:� www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the� Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer Gregory� Jamison and the Contract Specialist Lesha Jones via email no later than 1500 p.m. Eastern Time, 18� May 2022 to lesha.n.jones.civ@army.mil �or gregory.j.jamison.civ@army.mil. Responses to this solicitation must be signed, dated, and received no later than 1500 or 3:00 p.m.� Eastern Time, 1 June 2022. Responses must be sent by email directly to the Contracting Officer� Gregory Jamison and the Contract Specialist Lesha Jones lesha.n.jones.civ@army.mil �or� gregory.j.jamison.civ@army.mil. For questions concerning this solicitation, contact Contracting Officer Gregory Jamison and the� Contract Specialist Lesha Jones via email at lesha.n.jones.civ@army.mil �or� gregory.j.jamison.civ@army.mil . NO TELEPHONE INQUIRES WILL BE HONORED ATTACHMENTS: Combined Synopsis/solicitation Exhibit 1 Radiac Equipment List PWS �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d98ad961ac3478e9cb2ab4c7d8b9540/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06313771-F 20220504/220502230053 (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.