Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOLICITATION NOTICE

J -- (Site Visit Notice) Depleted Uranium (DU) Containment Facility Maintenance and Repair

Notice Date
4/9/2025 2:32:06 PM
 
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 USA
 
ZIP Code
21005
 
Solicitation Number
W91ZLK-25-R-6844
 
Response Due
4/24/2025 1:00:00 PM
 
Archive Date
04/30/2025
 
Point of Contact
Christine Orr, Nikeena Brown
 
E-Mail Address
christine.n.orr.civ@army.mil, nikeena.s.brown.civ@army.mil
(christine.n.orr.civ@army.mil, nikeena.s.brown.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Depleted Uranium (DU) Containment Facility Maintenance and Repair Maintenance and Repair 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) 2025-03 (17 January 2025). The solicitation number for this requirement is W91ZLK-25-R-6844. This requirement has been deemed a Total Small Business Set-Aside under the associated North American Industry Classification System (NAICS) Code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Government contemplates the award of a hybrid Firm-Fixed-Price (FFP) Time and Material (T&M) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. Contractor shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the schedule of services attached. This procurement will be evaluated as lowest price technically acceptable for the procurement of the following services: Depleted Uranium (DU) Containment Facility Maintenance and Repair Maintenance and Repair for Aberdeen Test Center (ATC). One (1) base year and two (2) option years. Additional Details are included within Attachment 2 � Performance Work Statement. Performance will take place at the ATC, Aberdeen Proving Ground (APG), Maryland, 21005-5059 at Fords Farm test site. Site Visit In align with FAR 37.110(a), solicitation provision 52.237-1, Site Visit, is included as the work is to be performed on a Government Installation. FAR 52.237-1, Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The Government will allow access to ATC Ford�s Farm restricted area located on Aberdeen Proving Ground Monday, April 14th, 2025, 9am Eastern Time. Attendees will meet at Building 324 to sign-in and be escorted to the site. Offeror participation is limited to no more than two (2) individuals per organization. Offerors must register by e- mail to christine.n.orr.civ@army.mil and peter.s.turney.civ@army.mil, as soon as possible, no later than Friday April 11th, 2024, at 4pm Eastern Time. Registration requests shall include company name, CAGE code, names of personnel with their roles/titles and cell phone contact information. Upon registration confirmation, the Government Point of Contact cell phone information will be provided for the site visit. Attendees should allow sufficient time to enter the installation. Visitors must enter the Hoadley Road of APG-EA, located on MD Route 24, to obtain a visitor�s pass. The following information must be provided: valid driver's license and vehicle registration. Visitor Center information is available at www.home.army.mil/apg/index.php/about/visitor-information. Name of person to be visited will be Peter Turney, peter.s.turney.civ@army.mil. Parking will be provided in front of the building. Please see additional information regarding the site visit on Attachment Five, Site Visit Notice. Updated instructions and information�s to offerors to be amended on April 10-11th, 2025. NO QUESTIONS FOR THE COMBINED SYNOPSIS/SOLICITATION WILL BE ACCEPTED VIA PHONE CALLS. 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. All proposals from responsible sources will be considered. Offerors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Offerors may register with SAM by calling 1-866-606-8220 or online at www.sam.gov. Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions. Therefore, proposals shall represent the best and final offer of the Contractor. Proposals shall be submitted in two (2) separate volumes: All proposals shall be submitted via email with the subject line: W91ZLK-25-R-6844 PROPOSAL FROM (INSERT COMPANY NAME) Proposals shall be submitted in two (2) separate volumes labeled: Volume I: Superbox W91ZLK-25-R-6844 TECHNICAL Proposal Volume II: Superbox W91ZLK-25-R-6844 PRICE Proposal Formatting Page limitations: Volume I � 20-page limit and Volume II � 1 Page using attached Schedule of Services Cover Page: Company Name, Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) code, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension if applicable. (Single cover page not included in page limitations) All submissions shall be made in U.S. dollars. Note: Offerors shall complete: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Feb 2021); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020); 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) Volume I - TECHNICAL/MANAGEMENT Proposal not to exceed 20 pages. Updated instructions and information�s to offerors to be amended on April 10-11th, 2025. Volume II - Detailed PRICE Proposal: Updated instructions and information�s to offerors to be amended on April 10-11th, 2025. 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. 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. 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. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contract Specialist, Christine Orr via email no later than 1600 or 4:00 P.M. Eastern Time, 17 April 2025, to Christine Orr at Christine.n.orr.civ@army.mil. All questions will be answered via an amendment to the solicitation on www.sam.gov. Responses to this solicitation must be signed, dated, and received no later than 1600 or 4:00 P.M.: Eastern Time, 24 April 2025. Responses must be sent by email directly to the Contracting Officer Nikeena Brown at Nikeena.s.brown.civ@army.mil and Contract Specialist, Christine Orr at Christine.n.orr.civ@army.mil. TELEPHONE REQUESTS WILL NOT BE HONORED. LIST OF ATTACHMENTS: Attachment 1 - Combined Synopsis/Solicitation � Updated instructions and information�s to offerors to be amended on April 10-11th, 2025. Attachment 2 � Performance Work Statement Attachment 3 � Contract Provisions and Clauses (To be added April 10th-11th) Attachment 4 �Schedule of Services (To be submitted with Volume II: Price Proposal) (To be added April 10th-11th) Attachment 5 � Site Visit Notice for April 14th, 2025
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f457f59235404631ae827a95a80fcfbe/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07402365-F 20250411/250409230053 (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.