Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
SOLICITATION NOTICE

J -- Security Gate Maintenance - Solicitation

Notice Date
8/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0040
 
Archive Date
9/11/2015
 
Point of Contact
Benjamin J Shelton, Phone: 3013940752
 
E-Mail Address
benjamin.j.shelton6.civ@mail.mil
(benjamin.j.shelton6.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Doc version of solicitation for ease of viewing (tables included). COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: J 2. NAICS Code: 561621 3. Subject: Security Gates Preventative Maintenance and Repair Service. It is anticipated that this will be awarded as a hybrid Time and Materials and Firm Fixed Price contract type. 4. Solicitation Number: W911QX-15-T-0040 5. Set-Aside Code: Total Small Business Set-Aside 6. Response Date: 27 August 2015 7. Place of Delivery/Performance: US Army Research Laboratory Aberdeen Proving Ground, Maryland 21005-5001 8. 8.(i) 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; proposals are being requested and a written solicitation will not be issued. 8.(ii) The solicitation number is W911QX-15-T-0040. This acquisition is issued as a request for quotation (RFQ). 8.(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, 3 August 2015. 8.(iv) The associated NAICS code is 561621. The small business size standard is $19M. 8.(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - BASE YEAR SERVICE CALL LABOR RATE - (TIME & MATERIAL) The Contractor shall provide the personnel and supervision necessary to perform emergency gate repair and maintenance services in accordance with the attached Performance Work Statement (PWS) Section C.4.4 Emergency Repair Service Calls and C.4.5 Repair Service Calls (non-emergency). CLIN 0002 - BASE YEAR MATERIALS - (TIME & MATERIAL) The Contractor shall provide the necessary parts, and supplies for the maintenance and repair services. All material purchases shall be authorized by the Contracting Officer Representative (COR) in accordance with the attached PWS Section C.4.7 Parts and Materials. CLIN 0003 - BASE YEAR PREVENTATIVE MAINTENANCE - (FIRM FIXED PRICE) The Contractor shall perform preventative maintenance services for security gates in accordance with the attached PWS Section C.4.6 Preventative Maintenance. CLIN 0004 - CONTRACTOR MANPOWER REPORTING - (FIRM FIXED PRICE) Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, is included herein; the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract, in accordance with clause ACC-APG 5152.237-4900, located in Section C. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. Option CLINs are exercised at the discretion of the Government. CLIN 0005 - OPTION YEAR 1 SERVICE CALL LABOR RATE - (TIME & MATERIAL) The Contractor shall provide the personnel and supervision necessary to perform emergency gate repair and maintenance services in accordance with the attached Performance Work Statement (PWS) Section C.4.4 Emergency Repair Service Calls and C.4.5 Repair Service Calls (non-emergency). CLIN 0006 - OPTION YEAR 1 MATERIALS - (TIME & MATERIAL) The Contractor shall provide the necessary parts, and supplies for the maintenance and repair services. All material purchases shall be authorized by the Contracting Officer Representative (COR) in accordance with the attached PWS Section C.4.7 Parts and Materials. CLIN 0007 - OPTION YEAR 1 PREVENTATIVE MAINTENANCE - (FIRM FIXED PRICE) The Contractor shall perform preventative maintenance services for security gates in accordance with the attached PWS Section C.4.6 Preventative Maintenance. CLIN 0008 - OPTION YEAR 2 SERVICE CALL LABOR RATE - (TIME & MATERIAL) The Contractor shall provide the personnel and supervision necessary to perform emergency gate repair and maintenance services in accordance with the attached Performance Work Statement (PWS) Section C.4.4 Emergency Repair Service Calls and C.4.5 Repair Service Calls (non-emergency). CLIN 0009 - OPTION YEAR 2 MATERIALS - (TIME & MATERIAL) The Contractor shall provide the necessary parts, and supplies for the maintenance and repair services. All material purchases shall be authorized by the Contracting Officer Representative (COR) in accordance with the attached PWS Section C.4.7 Parts and Materials. CLIN 0010 - OPTION YEAR 2 PREVENTATIVE MAINTENANCE - (FIRM FIXED PRICE) The Contractor shall perform preventative maintenance services for security gates in accordance with the attached PWS Section C.4.6 Preventative Maintenance.   Performance Work Statement (PWS) Security Gates Preventative Maintenance and Repair Service Army Research Laboratory Aberdeen Proving Ground, MD 10 July 2015 C.1 BACKGROUND: The U.S. Army Research Laboratory (ARL) is a Government laboratory that conducts scientific, technical, and analytical research to provide innovative solutions for the current and future Army. The laboratory's diverse assortment of unique facilities and dedicated workforce provides world-class integrated research and analysis in the Army. As a Government research laboratory, ARL is responsible for basic, exploratory, and advanced research. Its mission is to create and sustain weapons-oriented basic, exploratory, and advanced technologies; to identify and eliminate technological barriers limiting development of future armament systems; and to establish and maintain expertise essential in solving technological problems in current military armament systems. C.2 SCOPE: The Security & Counterintelligence Team at the ARL, Aberdeen Proving Grounds (APG) has a requirement for preventative maintenance (PM) and emergency repair services on Government owned security gates for the duration of one (1) year with two (2) one (1) year option periods located at the Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), MD. These six (6) security gates are identified as follows: a. Spesutie Island - Dual barrier arm motors with Dual High security operators (hydro) b. Gate 7 (Building 328) - Dual barrier arms motors with Dual Liftmaster operators (chain driven) c. Back gate to the ARL Compound (near B-390) - Liftmaster (chain driven) d. Airfield gate - Dual barrier arms motors with high security operator (hydro) e. Building 4600 Rear (main entry gate) - single barrier arm motor with high security operator (hydro) f. Building 4600 Front - Liftmaster (chain driven) C.3 ACRONYMS/DEFINITIONS: C.3.1 Contract Line Item Number (CLIN) - The numerical number assigned to a controlled account. C.3.2 Contracting Officer (KO) - A person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. C.3.3 Contracting Officer Representative (COR) - The COR will act as the daily Government point of contact (POC) for the contractor to obtain authorizations for repairs, moving of equipment, and so forth. The COR is not authorized to modify or terminate the contract nor obligate the Government. C.3.4 Preventive Maintenance (PM) - The routine checking of hardware that is performed by a field engineer / mechanic / technician / electrician on a specific scheduled basis. PMs include visual and operational inspection of all operational components and any repair of adjustment necessary to ensure proper operation in accordance with Original Equipment Manufacturer (OEM) specifications. This includes, but is not limited to: lubrication of components, hydraulic pumps maintenance, drive chain lubrication, motors functionality, and functionality checks on the associated security gates. PM shall also ensure equipment is kept in safe operation and meets all OSHA guidelines. C.3.5 On-Site - Location of security gate, i.e. Spesutie Island security gate. C.3.6 Emergency Repair Service Call - A repair service call with a four (4) hour response time as indicated by the COR, due to a malfunction of the equipment. C.3.7 Repair Service Call (non-emergency) - A repair service call with a four (4) hour response time as indicated by the COR, due to a malfunction of the equipment C.3.8 Work Order Completion - Accomplished the task(s) required to restore a security gate to serviceable condition. C.4 REQIREMENTS: The contractor shall furnish all labor, tools, supplies, repair parts, oil, grease, etc., to perform effective PM, Repair Service Calls, and Emergency Repair Service Calls for the six (6) security gates (Section C.2(a-f)). The security gates are located on various Army Research Laboratory (ARL) installation access points located throughout the Aberdeen Proving Ground (APG), MD 21005. C.4.1 Points of Contact (POC) - The contractor shall provide the COR with designated point(s) of contact and make arrangements to enable its maintenance representative to receive such notification or provide an answering service or other continuous telephone coverage to permit the COR to make such contact. The contractor shall also provide secondary points of contact in the event that the primary points of contact are not available. C.4.2 Availability - The Contractor POC shall be on call twenty-four (24) hour a day three hundred sixty-five (365) days a year for repair service calls for mission critical security issues. C.4.3 Repair Service Call and Emergency Repair Service Call Requests - The contractor shall make available to the COR the status of any or all repair work in progress upon request. All service/repairs require cost estimates to be provided to the COR as follows: a. Cost estimates shall be submitted in writing by the contractor to the COR, and include an estimation of hours by category of labor, repair parts, shipping costs (both expedited and regular shipping rates), repair lead-time, and any other anticipated costs. b. The cost estimate will be approved by the COR prior to commencing any work or ordering necessary parts. c. The COR will authorize the cost estimates in writing. C.4.4 Emergency Repair Service Calls - The Contractor shall perform Emergency Repair Service Calls in accordance with (IAW) section C.3.6 on-site. C.4.4.1 The Contractor shall provide an estimate IAW Section C.4.3 to the COR within four (4) hours of receipt of call for all emergency repair service calls. C.4.5 Repair Service Calls (non-emergency) - The Contractor shall perform Repair Service Calls in accordance with section C.3.7 on-site. C.4.5.1 The Contractor shall provide an estimate IAW Section C.4.3 to the COR within twenty-four (24) hours of receipt of calls or the next business day. C.4.6 Preventative Maintenance - The Contractor shall perform four (4) annual preventative maintenance (PM) services at the ARL, APG Maryland facility for the six (6) security gates (Section C.2(a-f)). The PM shall ensure the gates are functioning in accordance with Section C.3.4. C.4.6.1 A PM schedule shall be established within the first thirty (30) days of contract award, and be provided to the COR for approval. The COR will approve or reject the PM schedule within five (5) working days of receipt. If the PM Schedule is rejected by the COR the contractor shall resubmit a revised schedule for approval within three (3) working days. C.4.6.2 The schedule shall be adhered to by the contractor, except if a deviation is agreed to in writing by the COR no later than five (5) working days ahead of the scheduled PM. C.4.7 Parts and Materials - C.4.7.1 Parts and Materials used by the contractor in performance of this contract shall be new and conform to the OEM's or re-manufacturer's specifications unless otherwise approved by the COR. Rebuilt assemblies may only be used with prior approval of the COR when it is a standard industry practice and the rebuilt assembly or subassembly carries the same manufacturer's or re-manufacturer's warranty as a new assembly or subassembly. Any part removed is Government property and shall be returned upon request of the COR unless the replacement part is predicated upon an exchange basis with the part being replaced or unless given to the contractor to dispose of said part. The contractor shall provide all repair parts and supplies necessary for preventive maintenance and repair of requirement and will be reimbursed by the Government for actual cost on a monthly basis. No type of material handling fee shall be applied to parts and materials. Only the actual costs of the Parts or Materials will be determined acceptable for payment. Backup documentation such as receipts or invoices shall be submitted with invoices containing parts or materials in accordance with Paragraph C.4.10 Documentation. C.4.7.2 Parts or components damaged by the contractor shall be repaired or replaced at the expense of the contractor to a level deemed acceptable by the COR in coordination with the COR. C.4.8 Work Order Completion - Time to completion of PM, Repair Service Calls, or Emergency Service Calls shall not exceed twenty-four (24) contiguous clock hours, or one (1) workday from the time the Contractor receives approval to commence work IAW Section C.4.3 from the COR. C.4.8.1 Exception - If the parts require shipping or the estimate is accepted by the COR with a lead time exceeding twenty-four (24) hours the contractor shall complete the work at the first chance. C.4.9 Personnel - The Contractor shall provide personnel possessing the skills, knowledge, and training to successfully perform maintenance and repair services of the ARL security gates. The Contractor shall provide the necessary expertise, parts, and supplies for the maintenance and repair services of the ARL security gates. All Contractor personnel performing said services shall be trained and qualified. C.4.10 Contractor Records - The Contractor shall maintain detailed, complete, and accurate accounting/service records. The Contractor shall ensure each record, at a minimum, includes all incurred labor hours with the appropriate labor category, labor rate, and total labor cost in addition to a detailed list of all materials and associated material cost incurred during performance. Upon completion of each repair/service rendered, the contractor shall submit a copy of the accounting/service records to the KO, COR, and Contract Specialist of record. All hours of direct labor shall be supported by individual daily job or time records signed by the individual performing the services and by the COR. C.4.11 Cause of Failure - Should the contractor's personnel be unable to determine the cause of equipment failure within twenty-four (24) hours (weekends and Federal holidays excluded), and cannot make equipment operational, the contractor shall be required to obtain additional assistance, either in the form of "specialists" contractor personnel or authorized manufacturer personnel for resolution of the problem. Security gates shall be made operable to the original manufacturer manual. C.4.12 Unsatisfactory Performance - If performance/repair work is found to be unsatisfactory by the COR and not IAW the requirements of this contract, the contractor shall begin correcting unsatisfactory work as soon as possible but not later than the first three (3) hours of the following regularly scheduled Government workday. Rework or corrective work shall be performed at the expense of the contractor and shall not be billed to the Government. C.5 HOURS OF OPERATION: The service is considered essential. The Contractor is responsible for providing services, between the hours 0600 -1700 EST Monday thru Friday and on weekends at the approval of the COR. C.6 SECURITY REQUIREMENTS: Contractor personnel performing work on the APG premises must be citizens of the United States, either native-born or naturalized. All Contractor technicians shall obtain an APG non-escort restricted area badge to access the premises. C. 7 SAFETY CONSIDERATIONS: The contractor's safety policies shall fully comply with the provisions of Army, ARL, and OSHA regulations and directives to prevent accidents and preserve the life and health of contractor and Government personnel. In cases where standards conflict, the most stringent requirement shall apply. In accordance with 29 CFR, Part 1904, AR 385-40, APGR 385-4, and ARL Memo 385-14, the Contractor shall report accidents resulting in injury, death, or damage to Government property, supplies, and equipment immediately. The Contractor shall comply with the provisions of AR 25-11 for requesting emergency assistance. The Contractor shall ensure that appropriate emergency labels are affixed to all Government and non-Government telephones.   8.(vii) The work to be performed under this contract will be performed at the Army Research Laboratory (ARL), Aberdeen Proving Ground (APG) Maryland. 8.(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: 52.214-34, 52.214-35. 8.(viii)(1) General Information: Offerors may submit only one (1) offer. 8.(viii)(2) Technical: The technical quote shall detail an approach to meeting the requirements of this solicitation. This includes the offerors understanding of the work to be performed. The technical requirements are detailed in the attached PWS Section C.4 Requirements. 8.(viii)(3) Past Performance: 8.(viii)(3)(a) Offerors shall include three (3) records of sales from the previous twelve (12) months, each record shall contain the following information: a. Corporate Name or Government Customer b. Contract Number c. Point of Contact Name, telephone number and email address d. Period(s) of Performance e. Brief Summary of services provided 8.(viii)(3)(b) In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror will not be neutral on past performance. 8.(viii)(4) Price Quote: 8.(viii)(4)(a) CLINs 0001 (0005) (0008) are T&M CLINs where labor rates for personnel shall be provided including annual escalations. The offer shall establish the fully burdened labor rates associated with the different labor categories necessary to complete the type of work and the applicable PWS Sections C.4.4 Emergency Repair Service Calls and C.4.5 Repair Service Calls (non-emergency). 8.(viii)(4)(b) CLINs (0002) (0006) (0009) are T&M, where the offeror shall put $10,000 on each CLIN for evaluation purposes only. Materials are not authorized to have a fee/profit attached. 8.(viii)(4)(c) The offeror's price quote will clearly identify the annual pricing and the overall pricing including all options for CLINs 0003 (0004) (0007) (0010) which are FFP CLINs. 8.(viii)(4)(d) CLIN 0004 is a firm fixed price (FFP) manpower reporting CLIN. 8.(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria - Service (Tradeoff) 8.(ix)(1) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered in accordance with FAR Part 15.305 Proposal Evaluation. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. 8.(ix)(2) The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and/or objectives in the solicitation. Those offers that meet or exceed the stated performance characteristics and/or objectives will then be evaluated in terms of technical aspects above the minimum requirements that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance work characteristics/objectives and/or period of performance: a. Provide upgrades to current security systems for six ARL/APG gates identified as: Spesutie Island- Dual barrier arm motors with Dual High security operators (hydro); Gate 7 (Building 328) - Dual barrier arms motors with Dual Liftmaster operators (chain driven); Airfield gate- Dual barrier arms motors with high security operator (hydro); Building 4600 Rear (main entry gate) - single barrier arm motor with high security operator (hydro), Building 4600 Front - Liftmaster (chain driven) and near Building 390 - Liftmaster (chain driven). b. Experience with dual barrier arms motors. c. Experience with single barrier arm motor. d. Experience with Liftmaster (chain driven) motors. e. Experience with Dual Liftmaster 8.(ix)(2)(a) The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all information necessary for the Government to determine whether the proposed effort meets or exceeds the performance characteristics and/or objectives of the requirement. 8.(ix)(2)(b) Technical evaluation used herein, refers to non-price factors other than past performance. The Technical Factor Rating will be expressed as an adjectival assessment of Outstanding, Good, Acceptable, Marginal or Unacceptable. Significant strengths, strengths, significant weaknesses, weaknesses, deficiencies, risks, and uncertainties will be assigned based on the offeror's approach to meeting the requirements of the PWS. The compilation of the strengths and weakness will form the basis of the factor rating. To be eligible for award the offeror must receive an adjectival rating of no less than "Acceptable" for the Technical Factor. The Technical Factor Ratings, excerpted below focus on the strengths, deficiencies, weaknesses, risks and uncertainties of the offeror's proposal. The color rating depicts how the offeror's proposal meets the Technical requirement using the ratings and descriptions outlined in Table A. TABLE A - COMBINED TECHNICAL/RISK RATINGS Color Rating Description Blue Outstanding Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Purple Good Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Green Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Yellow Marginal Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses, which are not offset by strengths. Risk of unsuccessful performance is high. Red Unacceptable Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable. 8.(ix)(3) Past performance will be evaluated based on information provided by the offeror as to actual services performed on a similar requirement. Past performance will consider the ability of the offeror to meet characteristics/objectives, delivery schedules. Offerors shall include three (3) records of services performed from the previous six (6) months. 8.(ix)(3)(a) The past performance factor considers each offeror's demonstrated recent and relevant record of performance in supplying products and services that meet the contract requirements. There are two aspects to the past performance evaluation: relevancy and performance confidence assessment. The rating considers the assessed quality of the relevant/recent efforts gathered. To be eligible for award the offeror must receive an adjectival rating of no less than "Satisfactory Confidence". Past performance will be rated based on the following ratings in Table B TABLE B - PERFORMANCE CONFIDENCE ASSESSMENT Rating Description Substantial Confidence Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Limited Confidence Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence (Neutral) No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." 8.(ix)(4) Price will be evaluated based on the total proposed price, including options, (if any). 8.(ix)(4)(a) The offeror's labor rates for CLINs 0001 (0005) (0008) are fair and reasonable rates. The offer shall establish the fully burdened labor rates associated with the different CLINs and the applicable PWS Sections C.4.4 Emergency Repair Service Calls and C.4.5 Repair Service Calls (non-emergency). 8.(ix)(4)(b) CLINs (0002) (0006) (0009) are T&M, where the offeror shall put $10,000 on each CLIN for the purpose of evaluations only. 8.(ix)(4)(c) The offeror's price quote has a clearly identified annual price and an overall price including all options for CLINs 0003 (0007) (0010) which are FFP CLINs. 8.(ix)(4)(d) CLIN 0004 is a firm fixed price (FFP) manpower reporting CLIN only. 8.(ix)(5) Basis for award: Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. 8.(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. 8.(xi) The clause at 52.212-4 Alt-1, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. 8.(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.209-10, 52-219-4, 52.219-8, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-18, 52.232-33, 52.203-3, 252.203-7000, 252.203-7005, 252.204-7011, 252.209-7001, 252.215-7007, 252.215-7008, 252.223-7008, 252.225-7002, 252.225-7012, 252.225-7031, 252.225-7035, 252.225-7035 Alt II, 252.225-7036, 252.225-7036 Alt II, 252.232-7003, 252.232-7010, 252.243-7002, 252.244-7000, 252.247-7023. 8.(xiii) The following additional contract requirement(s) or terms and conditions apply: 52.204-4, 52.204-7, 52.216-31, 52.225-25, 52.229-3, 52.232-7, 52.243-1, 52.246-2, 52.246-16, 52.249-2, 52.252-1, 52.252-2, 252.204-0001, 252.211-7003, 252.211-7003 ALT I, 252.232-7006. It is anticipated that this will be awarded as a Time and Materials contract type and the following local clauses apply to this acquisition: 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002); APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999); 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999); 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006); 52.011-4401 RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003); AMC-LEVEL PROTEST PROGRAM (JUL 2011); US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509 (End of clause) 8.(xiv) The following notes apply to this announcement: Prices given in bids shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). 8.(xv) Offers are due on 27 August 2015, by 11:59 A.M. ET, and shall be sent electronically to benjamin.j.shelton6.civ@mail.mil. 8.(xvi) For information regarding this solicitation, please contact Benjamin Shelton at (301) 394-0752 or email at benjamin.j.shelton6.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/04e8769e04b73834d203093d77700673)
 
Place of Performance
Address: US Army Research Laboratory, Aberdeen Proving Ground, Maryland 21005-5001, Aberdeen Proving Ground, Maryland, 21005-5001, United States
Zip Code: 21005-5001
 
Record
SN03828173-W 20150808/150807000456-04e8769e04b73834d203093d77700673 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.