SOLICITATION NOTICE
66 -- Removal and Installation of Irradiators
- Notice Date
- 5/12/2022 8:22:20 AM
- Notice Type
- Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-22-R-0020
- Response Due
- 5/25/2022 9:00:00 AM
- Archive Date
- 06/09/2022
- Point of Contact
- Tiffany N. Barnes
- E-Mail Address
-
tiffany.n.barnes4.civ@army.mil
(tiffany.n.barnes4.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- US Army Combat Capabilities Development Command (DEVCOM), Removal and Installation of Irradiators at Aberdeen Proving Ground (APG), in Building E3401 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. The solicitation number for this request for proposal (RFP) is W91ZLK-22-R-0020. This solicitation is being procured as a 100% small business set aside and in accordance with FAR Part 13.5: Simplified Procedures for Certain Commercial Products and Commercial Services. This requirement is under the associated North American Industry Classification System (NAICS) Code 334517: Irradiation Apparatus Manufacturing. This procurement will be evaluated as Lowest Price Technically Acceptable (LPTA), for the procurement of the following service. Removal and Installation of Irradiators at Aberdeen Proving Ground (APG), in Building E3401 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 will award a Firm-Fixed Price (FFP) contract for the following service requirements: This is a non-personal services contract for replacement of three (3) 6,500 Ci. Co-60 sources in the JL Shepherd 484R-2 Irradiator in building E3401 located at Aberdeen Proving Ground, Maryland. The irradiator is stored in a secure location that requires two personnel to access. The contractor shall provide all labor, tools, equipment, materials, and supervision of contractor personnel to perform the work requirements in the Performance Work Statement (PWS). The contractor works and performs as an independent agent from the Government that shall provide all labor, materials, equipment, tools, quality control, inspections, and other items necessary to perform the contract. Additionally, the contractor shall provide the necessary bonding and insurance required for the performance of services in support of US Army Combat Capabilities Development Command (DEVCOM). The contract shall be for one (1) year with an anticipated period of performance from August 2022 to August 2023 for a total of 12 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: US Army Combat Capabilities Development Command (DEVCOM), Removal and Installation of Irradiators at Aberdeen Proving Ground (APG) - W91ZLK-22-R-0020. Volume II PRICE PROPOSAL: US Army Combat Capabilities Development Command (DEVCOM), Removal and Installation of Irradiators at Aberdeen Proving Ground (APG) - W91ZLK-22-R-0020. Price proposal shall include Firm Fixed Pricing for one (1) year, duration of twelve (12) months. ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-22-R-0020 PROPOSAL Form (INSERT COMPANY NAME) Proposal Format: Volume I: Detail Technical Proposal shall address all requirements listed in the PWS not to exceed 4 pages. In addition, for licenses, certifications, etc, page limit is unlimited. All elements in the Performance Work Statement (Attached) Technical � Meets all elements of the PWS, including: Schedule Meets local base requirement (security and safety) Clearly meets mission requirements Sufficient past performance of Three (3) years Quality Assurance Plan Submission (Attached) Equipment List (Attached)� Formatting Single space Text Double Space Paragraphs 12-point minimum font size. Arial or New Times Roman fonts only.� Table/illustrations 8-point min and landscape is acceptable. Margins:� All Margins 1 inch. Gutter:� 0 inches Header and Footer 1.5 inches Page Size:� Width 8.5 inches and Height 11 inches (11 X 17 folded pages are acceptable for tables/graphic representations; however, each 11 X 17 page counts as two pages) Page Limitations:� Volume I Technical � 4 pages limit and Volume II Price � No Page Limit. Restrictions:� All information shall be confined to the appropriate volume.� The Offeror shall confine submissions to essential matters and sufficient to define the proposal in a concise manner, to permit a complete and accurate evaluation of each proposal.� Proprietary information shall be clearly marked. Volume Content Requirements: 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. Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government. Technical Proposal (Volume I) The Technical Proposal shall contain information on the Technical Approach (Factor 1) and Experience (Factor 2). The Government is not responsible for locating or securing any information which is not identified in the Proposal. FACTOR 1: Technical Approach Factor: �The Offeror's proposal shall adequately describe and resent a clear understanding and capability to meet all the aspects of the requirement specified in the PWS. To be rated as acceptable, the Offeror must demonstrate the ability to replace irradiator sources according to the PWS. FACTOR 2: Experience: The Offeror shall provide proof that they possess an NRC license or an Agreement State License with reciprocity to work on Federal property. The Offeror's license must identify the specific isotope type (Cobalt 60) and state the vendor is authorized to perform preventative maintenance and routine repairs on the JL Shepherd 484 model irradiator. Offerors must also provide a valid Trustworthiness & Reliability Determination from the NCR in association with 10 CFR Part 37 and provide proof that they are not under any NRC Enforcement Orders. To be rated as acceptable, the Offeror must provide the following: proof of NRC license or an Agreement State License (in order to work on Federal Property), and a valid Trustworthiness & Reliability Determination from NCR and proof they are not any NRC Enforcement Orders. Offeror shall demonstrate the ability to remove and install Irradiators as specified in the PWS.� To be rated as acceptable, the Offeror must provide documentation to demonstrate recent removal and installation Irradiator services according to the PWS.� Recent experience includes irradiator removal and installation services performed within three (3) years (i.e. previous government contracts). Price Proposal (Volume II) Proposed Firm Fixed Price for one year. 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). Volume II: Detailed Price Proposal to include the following elements: Header Page Company Name, DUNS/Unique Entity Identifier (UEI), CAGE, Business Type/Size, ETN# and point of contact information to include:� Name, title, email address, and telephone number including extension. Include information below: Line Item Quantity Unit of Issue Firm Fixed Price (FFP) 0001 1 JOB $ Basis for Award The award will be made to one responsible Offeror whose proposal is determined to be technically acceptable, and lowest priced.� To receive consideration for an award, an �Acceptable� rating must be achieved for all the non-cost evaluation factors: Technical Approach and Experience.� Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques.� Price will be the determining factor for proposals rated as acceptable for the non-cost factors. Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the proposal will result in a fair and reasonable price. Provisions/Clauses: Note:� Offerors shall complete:� FAR 52.212-3, Offeror Representations and Certifications- Commercial Products and Commercial Services (Nov 2021); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021); and 52.204-26, Covered Telecommunications Equipment or Services-Representation. (OCT 2020) on www.beta.sam.gov or provide a completed copy of the clauses with the proposal.) 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 does not intend to conduct discussions. Therefore, proposals shall represent the best and final offer of the Offeror. 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.). 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. 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). 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. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 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)). 52.222-51, 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.). 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.). 52.222-54, Employment Eligibility Verification (JUL 2012). 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). SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contract Specialist, Tiffany N. Barnes via email no later than 12:00 p.m. Eastern Time, 18 May 2022 to tiffany.n.barnes4.civ@army.mil and Shantice.m.wright.civ@army.mil. Responses to this solicitation must be signed, dated, and received no later than 12:00 p.m. Eastern. Time, 25 May 2022. Responses must be sent by email directly to the Contracting Officer Shantice Wright and the Contract Specialist Tiffany Barnes tiffany.n.barnes4.civ@army.mil and shantice.m.wright.civ@army.mil. For questions concerning this solicitation, contact Contracting Officer Shantice Wright and the Contract Specialist Tiffany Barnes via email at tiffany.n.barnes4.civ@army.mil or shantice.m.wright.civ@army.mil. NO TELEPHONE INQUIRES WILL BE HONORED Please see attached PWS.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/38d1beb259fa45ccb8497b96089aff3b/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21010, USA
- Zip Code: 21010
- Country: USA
- Zip Code: 21010
- Record
- SN06325975-F 20220514/220512230108 (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 |