SOLICITATION NOTICE
66 -- Radiac Instruments Calibration and Repair Services
- Notice Date
- 1/13/2025 5:46:40 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-25-R-0007
- Response Due
- 2/6/2025 12:00:00 PM
- Archive Date
- 02/21/2025
- Point of Contact
- Julius Wood, Nikeena Brown
- E-Mail Address
-
julius.a.wood.civ@army.mil, nikeena.s.brown.civ@army.mil
(julius.a.wood.civ@army.mil, nikeena.s.brown.civ@army.mil)
- Description
- 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) 2025-01 (12 November 2024). The solicitation number for this request for proposal (RFP) is W91ZLK-25-R-0007. This combined synopsis/solicitation is being issued as full and open competition under the associated North American Industry Classification System (NAICS) Code 334519 Other Measuring and Controlling Device Manufacturing. The Government contemplates award of a Firm-Fixed Price type contract in accordance with FAR Part 13, Simplified Acquisition Procedures. 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 attached. Calibration and Repair Services for Government owned Radiac Instruments - W91ZLK-25-R-0007. Price proposals shall include Firm Fixed Pricing for one (1) base year and two (2) option years of 12 months. The expected period of performance will be 15 February 2025 to 14 February 2028 for a total of 42 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. Proposals shall be submitted in two (2) separate volumes: Volume I: Technical Proposal: Radiac Instruments � W91ZLK-25-R-0007 Volume II: Pricing Proposal Price proposals shall include Firm Fixed Pricing for one (1) base year and two (2) option years with a duration of twelve (12) months. ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-25-R-0007 PROPOSAL FROM (INSERT COMPANY NAME) 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. Acceptability of proposals will be based on meeting all the requirements of the Performance Work Statement (PWS). Failure to address each requirement will result in the proposal being rated unacceptable. 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 quotations 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. Partial proposals will not be evaluated by the Government. The Government may reject any proposal that is evaluated to be unrealistic in terms of program requirements, contract terms or conditions, or an unrealistic high or low price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-25-R-0007 PROPOSAL FROM (INSERT COMPANY NAME). Proposal Format: Volume I: Detailed Technical Proposal to include the following elements: 1. Capability to perform the required services as indicated in the PWS 2. Quality Assurance Plans 3. Proposed format and schedule for deliverables a. Detailed information showing that the Contractor is able to meet the performance requirements of the Performance Work Statement; b. Point of contact name and contact information, company CAGE code, UEI number, and TIN. Partial quotes will not be evaluated by the Government. Volume II: Detailed Price Proposal 1. Proposed Firm Fixed Price for a base year and three option years, on attached schedule of services. 2. This requirement shall be awarded on the basis of Lowest Priced Technically Acceptable. The Price Volume shall clearly identify the proposed firm-fixed price unit prices with all estimated totals for CLINs. All evaluated quotes shall be rated Technically Acceptable or Unacceptable. To be considered for an award, a rating of acceptable must be achieved in each factor and sub factor. Offerors shall clearly articulate the technical approach (including risks and contingencies) for performing the work, an understanding of the requirement, and the capacity to perform the following services. FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. Acceptability of proposals will be based on meeting all the requirements of the Performance Work Statement (PWS). Failure to address each requirement will result in the proposal being rated unacceptable. The contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. 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 quotations from responsible sources will be fully considered. Offerors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Offerors may register with SAM by going to www.sam.gov The offeror shall include a point of contact name and contact information, company CAGE code, UEI number, and TIN. Partial quotes will not be evaluated by the Government. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer Nikeena Brown and the Contract Specialist Julius Wood via email no later than 12:00 p.m. Eastern Time, 21 January 2025, to julius.a.wood.civ@army.mil or nikeena.s.brown.civ@army.mil. Responses to this solicitation must be signed, dated, and received no later than 15:00 or 3:00 p.m. Eastern Time, 6 February 2025. Responses must be sent by email directly to the Contracting Officer Nikeena Brown and the Contract Specialist Julius Wood julius.a.wood.civ@army.mil or nikeena.s.brown.civ@army.mil. Primary Point of Contact: Julius Wood Contract Specialist Julius.a.wood.civ@army.mil NO TELEPHONE INQUIRES WILL BE HONORED
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/681140f97fa64bdba7f40a53761880ca/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07311295-F 20250115/250113230100 (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 |