SOLICITATION NOTICE
J -- Maintenance and Repair of Manufacturing Equipment and Systems used in Explosive and Non-Explosive Operational Environments
- Notice Date
- 8/23/2024 6:32:27 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
- ZIP Code
- 61299-0000
- Solicitation Number
- W519TC-24-Q-MESS
- Response Due
- 8/24/2024 10:30:00 AM
- Archive Date
- 09/08/2024
- Point of Contact
- Dora Smith, Bryce Willett
- E-Mail Address
-
dora.d.smith5.civ@army.mil, bryce.t.willett.civ@army.mil
(dora.d.smith5.civ@army.mil, bryce.t.willett.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Crane Army Ammunition Activity Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments W519TC-24-Q-MESS Combined Synopsis / Solicitation DESCRIPTION This is a combined synopsis/solicitation�for�commercial products�or�commercial services�prepared in accordance with the format in�FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the�solicitation; proposals are being requested and a formal�solicitation�will NOT be issued. This is a Request for Proposal (RFP) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC24MESS for the Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. As a result of the updated Federal Acquisition Circular, a new clause, 52.204-27 Prohibition on a Byte Dance Covered Application�(Jun 2023), has been incorporated into this solicitation and falls under 52.212-5. The NAICS code for this procurement is 561210 Facilities Support Services. The small business size standard for this NAICS is $47,000,000. The Product Service Code is J035 Industrial Products Install/Maintenance/Repair. Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is https://www.sam.gov/. ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL DESCRIPTION OF REQUIREMENT **See Attachment 0001 � Performance Work Statement Final; 03June2024, Attachment 0002 � Equipment List; 03June2024, Attachment 0003 LOTO Procedures, Attachment 0004 � Manual Mod 7000 Modified, and Attachment 0009 Contract Data Requirements List (CDRLs) for more information. TYPE OF ACQUISITION AND CONTRACT Award will be made using best value, resulting in a single award Firm Fixed Price Contract with a Cost Reimbursable CLIN for Required Repairs. PLACE OF PERFORMANCE Performance will be FOB Destination at the following: Crane Army Ammunition Activity 300 Highway 361 Crane, IN 47522-5001 PROPOSAL SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: Price � Offerors must submit Completed Price Matrix at Attachment 0005. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places. Completed Provision at Attachment 0006 � FAR 52.204-24, paragraph (d)(1) and (d)(2) Completed Provision at Attachment 0007 � FAR 52.212-3 Alt 1, paragraph (b) only. Completed Responses to the Questions provided in the RFQ Questionnaire in Attachment 0008 Contractor Property Management Plan Additional Submission instructions: PART ONE: EVALUATION FACTOR 1 � TECHNICAL Quoters shall submit responses to the Responses to the RFQ Questionnaire provided at Attachment 0008 that correspond to this solicitation. Quoters shall provide specific/ specialized knowledge/ skills related to: Hydraulics Pneumatics Electronics Automation PLC Mechanical Aptitude Do not include specific (individuals�) names of Government and/or Contractor personnel. Do not include price/rates. PART TWO: EVALUATION FACTOR 2 � PRICE Quoters shall adhere to the Instructions on the Government provided Price Matrix (Attachment 0005) and fully complete ALL required fields. PART THREE: EVALUATION FACTOR 3 � CONTRACTOR PROPERTY MANAGEMENT PLAN Quoters shall submit a Property Management Plan to be used to manage the materials that they purchase for repairs and parts that are extracted from the equipment. � PART FOUR: SITE VISIT It is highly encouraged that any interested offerors attend the initial open site visit. Any bidders that do not attend this open site visit, will not be eligible to receive a rating higher than �Good� on the Technical evaluation for this requirement. The site visit is scheduled for 30 May 2024 at Crane Army Ammunition in Crane, IN. Please provide a response via email if you will be attending the open site visit no later than 23 May 2024 at 1000 CST. There will be no extensions to this date. A statement of interest in the visit after 23 May 2024, 1000 CST will not be accepted. Any interested bidders shall email a statement of interest to the Contracting Officer, Bryce Willett; Email bryce.t.willett.civ@army.mil and Contract Specialist, Dora Smith; Email dora.d.smith5.civ@army.mil Further instructions on the time and location will be provided via email to those interested offerors. The proposed site visit cannot be completed while any explosive operations are currently taking place at the facility. BASIS FOR AWARD The Government will award one (1) Award to the offeror whose offer who provides the best value to the Government using a tradeoff process. Best Value�: The expected outcome of the acquisition that, in the Government�s estimation, provides the greatest overall benefit in response to the requirement. �Tradeoff�: The Government may accept other than the lowest priced Quotation, when the decision is consistent with the evaluation criteria and the Government reasonably determines that the perceived benefits of a higher priced Quotation warrant the increase in price. The Government has established Technical and Price as the evaluation factors. The order of importance is as follows: Factor 1: Technical is more important than Price. Factor 2: Total Price is not expected to be the controlling criteria in the selection, but Price importance will increase as the differences between the evaluation results for the Technical criteria decrease. Factor 3: The Property Management Plan is a requirement to be considered for the contract. In accordance with Far 52.212-1(g), quotations are intended to be evaluated and the award made, without discussions, unless discussions are determined necessary. Total Price is calculated as the sum of all CLINs added together. EVALUATION CRITERIA The Government will evaluate Quotations as follows: FACTOR 1: TECHNICAL: The Government will evaluate Factor 1, Technical, using the following criteria: Demonstration of a clear understanding of the requirements and deliverables, and on the Offeror�s expressed ability to successfully perform. The offerors will be evaluated based on responses to three criteria: Technical Expertise/ Experience, Project Team, and Technical Approach. Specific/ specialized knowledge/ skills related to: Hydraulics Pneumatics Electronics Automation PLC Mechanical Aptitude If the Quotation sufficiently addresses the RFQ Questionnaire and demonstrates a clear understanding and ability to perform the requirement, then the Government will accept without further explanation that the contractor can perform all PWS requirements. The Quoter may discuss non-critical requirements. However, if the Quoter provides statements which cause the Government to question the Quoter�s ability to perform those non-critical requirements, such statements will be evaluated accordingly. Technical will be rated using the following standards in Table 1: Table 1 Technical Ratings Description Outstanding This rating is only available to those that have attended the site visit in addition to the following: Quotation indicates an exceptional approach and understanding of the requirements and contains multiple strengths. Established team has an extensive background in explosive contaminated facility remediation to include utilizing remote operated waterjet segmentation. Quotation includes detailed previous project experience in the major contract requirements. Proposal includes a well thought-out proposed technical approach to each of the project�s phases. Good Quotation meets requirements and indicates a thorough level of expertise and an understanding of the requirements.� Established team has background in explosive contaminated facility remediation and previous experience in the major contract requirements including remote operated waterjet segmentation.� Proposal includes a solid technical approach. Strengths outweigh any weaknesses.� Risk of unsuccessful performance is low. Acceptable Quotation meets requirements and indicates an adequate level of expertise and an understanding of the requirements.�Established team has an extensive background in hazardous facility remediation and the major contract requirements including explosives familiarity, although little to no experience in remote operated explosive contaminated facility remediation specifically. Proposed technical approach is adequately addressed, but not specific. Strengths and Weaknesses are offsetting or will have little or no impact on task order performance. Risk of unsuccessful performance is moderate. Marginal Quotation does not demonstrate an adequate approach and understanding of the requirements.�Established team has very limited background in explosive facility contamination remediation and the major contract requirements.� Proposed technical approach is flawed or is too vague for Government to determine acceptability.� Risk of unsuccessful performance is high. Unacceptable Quotation does not meet requirements and contains one or more deficiencies. Appropriate team has not been established, or established team does not have sufficient experience to complete the project tasks without significant government oversight. Risk of unsuccessful performance is high. If this criterion is rated as Unacceptable, additional factors will not be evaluated and the Quotation is not eligible for award.� Definitions Strength Strength is defined as a particular aspect of the Quoter�s submission that has merit or exceeds specified performance capability requirements in a way that will be advantageous to the Government during task order performance. Weakness Weakness is defined as any flaw in the Quotation that increases the risk of unsuccessful task order performance. Deficiency Deficiency is defined as any material failure of a Quotation to meet a Government requirement or a combination of weaknesses in a Quotation that increases the risk of unsuccessful task order performance to an unacceptable level. FACTOR 2: PRICE The Government will evaluate Factor 2 � Price, for the following: Compliance: Quotations will be evaluated for compliance based upon the submission requirements contained in the solicitation. Price Reasonableness: The Quoter�s Price Quotation will be evaluated to determine reasonableness. In accordance with FAR 31.201-3, a price is reasonable if, in its nature and amount, does not exceed that which would be incurred by a prudent person in conduct of competitive business. Total Price is calculated as the sum of all CLINs added together. FACTOR 3 � CONTRACTOR PROPERTY MANAGEMENT PLAN A review of the Offerors Property Management Plan will be conducted to determine the acceptability of the Offerors approach to satisfy the outcomes listed in FAR 52.245(1)(f)(1) and the net-centric electronic approach to GFP traceability. LISTING OF ATTACHMENTS Attachment 0001 � PWS_ME Services 02May2024 Attachment 0002 � Equipment List 03June2024 Attachment 0003 � LOTO Procedures Attachment 0004 � Manual Mod 7000 Modified Attachment 0005 � Price Matrix Attachment 0006 � FAR 52.204-24 Provision Attachment 0007 � FAR 52.212-3 Alt 1 provision Attachment 0008 � RFQ Questionnaire Attachment 0009 � Contract Data Requirements List (CDRLs) Attachment 0010 � Solicitation Provisions & Clauses DEADLINE FOR SUBMISSION Offers are due on 24 June 2024 no later than 12:30 PM Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist, Dora Smith, dora.d.smith5.civ@army.mil and Contracting Officer, Bryce Willett, Bryce.t.willett.civ@army.mil.� Offerors shall include �W519TC24QMESS Response � [Insert Offeror�s Name]� within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer listed above. **Note: Interested offerors must submit any questions concerning this solicitation at the no later than COB on 18 June 2024, to enable the Buyer to respond. Questions not received prior to 18 June 2024 will not be considered. If needed, a final amendment will be submitted by 21 June 2024. End of Addendum 52.212-1 Amendment 01� Summary of Changes ME Services RFP has been revised to a new version ME Services RFP_03June2024 to include the following: Changes to CLIN Structure Changes to Proposal Submission Requirements, Basis for Award, and Evaluation Criteria. Deadline for submission has been extended to 17 June 2024, no later than 12:30PM Central Time. The due date for questions has been extended to 11 June 2024 with a final amendment date of 13 June 2024. An additional site visit has been added. This site visit will be on 12 June 2024 beginning at 0900 EST. Please submit requests to attend this site visit NLT 06 June 2024; 3:00pm EST. Attachment 0002 � Equipment List has been revised to a new version titled Attachment 0002 Equipment List 03June2024. Attachment 0005 � Price Matrix has been revised. Attachment 0010 Solicitation Provisions and Clauses has been revised. Amendment 02� Summary of Changes RFP due date has been revised. Offers are due on 24 June 2024 no later than 12:30 PM Central Time. Questions must be submitted NLT COB on 18 June 2024 and a final amendment will be posted NLT 21 June 2024.� Attachment 0001 - PWS has been revised to a new version titled Attachment 0001_PWS_ME Services 14June2024, specific revision can be seen in Paragraph 1.3. Attachment 0005 � Price Matrix has been revised. Attachment 0010 Solicitation Provisions and Clauses was inadvertently left off and has now been included.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/171c094c939e485c9e7f9780c8b8b636/view)
- Place of Performance
- Address: Crane, IN, USA
- Country: USA
- Country: USA
- Record
- SN07183777-F 20240825/240823230120 (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 |