MODIFICATION
F -- AMENDMENT 5/27/16: UNDERGROUND STORAGE TANK REPAIR SERVICES - Amendment 2
- Notice Date
- 5/27/2016
- Notice Type
- Modification/Amendment
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-16-T-0161
- Archive Date
- 6/17/2016
- Point of Contact
- Allison S. Murray, Phone: 3013940754, Fatimata Diallo, Phone: 3013945501
- E-Mail Address
-
allison.s.murray.civ@mail.mil, fatimata.diallo.civ@mail.mil
(allison.s.murray.civ@mail.mil, fatimata.diallo.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Updated PWS (Amended 5/27/16) AMENDED 5/23/16 (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. (ii) The solicitation number is W911QX-16-T-0161. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87-1, effective 16 March 2016. (iv) This acquisition is set-aside for Small Businesses. The associated NAICS code is 237120. The small business size standard is $36.5M. (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: Quantity 1 Job. Repair of three (3) Underground Storage Tanks at Adelphi Laboratory Center (ALC), in accordance with the Performance Work Statement (PWS), provided as an attachment. (FIRM FIXED PRICE) CLIN 0002: Contractor Manpower Reporting - Cost for Providing Accounting for Contract Services - ACC-APG ADELPHI 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. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil (See attachment ACC-APG Adelphi Local Clauses Full Text document to view clause ACC-APG ADELPHI 5152.237-4900) (NOT SEPARATELY PRICED) (vi) Description of requirements: See PWS, which has been provided as an attachment. The Department of Public Works (DPW) of the United States Army Garrison (USAG) at the Adelphi Laboratory Center (ALC) will host a Site Visit on 25 May 2016 at 10:00AM Eastern Time (EST) at 2800 Powder Mill Road in Adelphi, Maryland. Please contact the Contract Specialist (allison.s.murray.civ@mail.mil) no later than 4:30PM ET on 24 May 2016 with the following information to register to attend the site visit: - Name of Company and CAGE Code - Full Name of Person(s) Attending (Limited to three people per offeror) This will be the only site visit conducted for this requirement. (vii) The work to be performed under this contract will be performed at the Adelphi Laboratory Center (ALC). Completion of performance is requested within eight (8) weeks After Contract Award (ACA). Acceptance shall be performed at ALC. The FOB point is N/A. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: Wage Determinations: See attached document titled "A02 - Service Contract Wage Determinations" for applicable wage determinations. (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 (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the required repair services are standard and must adhere to all applicable regulations and manufacturer's requirements, making them of such a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. 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 descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (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: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 52.222-41 SERVICE CONTRACT ACT OF 1965 (MAY 2014) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (SEP 2010) APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT (APR 2011) APG-ADL-B.5152.204-4411 TECHNICAL POINT OF CONTACT APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999) APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE APG-ADL-C.5152.237-4400 ARMY RESEARCH LABORATORY NON-PERSONAL SERVICES (JUL 2012) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: None. (xvi) Offers are due on 5/31/2016, by 11:59AM EST, via email to Allison Murray at allison.s.murray.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6c22ca8ee970c3a5306f735ea870aa9c)
- Place of Performance
- Address: U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783, Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Zip Code: 20783
- Record
- SN04132090-W 20160529/160527234314-6c22ca8ee970c3a5306f735ea870aa9c (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 |