Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
MODIFICATION

J -- HVACR M&R Support for Army Test Command

Notice Date
6/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-T-0129
 
Archive Date
7/22/2017
 
Point of Contact
Christopher M. Neville, Phone: 4438614747
 
E-Mail Address
christopher.m.neville2.civ@mail.mil
(christopher.m.neville2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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) 2005-95 (13 January 2017). This requirement is under the associated North American Industry Classification System (NAICS) Code 238220, Plumbing, Heating, and Air-Conditioning Contractors and the Small Business Size Standard $15M. The Government contemplates award of a Firm-Fixed Price. Contractor shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the attached price schedule. This is a request for quotation (RFQ). INSTRUCTIONS AND INFORMATION TO OFFERORS: Pursuant to FAR 52.232-18, funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contract Specialist via email no later than 12:00 p.m. Eastern Time, 26 June 2017, to christopher.m.neville2.civ@mail.mil. SUBJECT LINE: W91ZLK-17-T-0129, Questions from (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO. NO TELEPHONE INQUIRES WILL BE HONORED. Responses to this solicitation must be signed, dated, and received no later than 3:00 p.m. Eastern Time, 07 July 2017. Responses must be sent by email directly to the Contract Specialist, Christopher M. Neville, at christopher.m.neville2.civ@mail.mil. Quotes shall be submitted in two (2) separate volumes: Volume I TECHNICAL PROPOSAL: ATC HVACR M&R Support - W91ZLK-17-T-0129. Volume II PRICE: Price shall be filled out on the attached Price Schedule. ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL to CHRISTOPHER.M.NEVILLE2.CIV@MAIL.MIL WITH THE SUBJECT LINE: W91ZLK-17-T-0129 PROPOSAL FROM (INSERT COMPANY NAME) All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2 - Evaluation -- Commercial Items, does not apply to this acquisition. The provision at FAR 52.212-3 - Offeror Representations and Certifications, applies to this acquisition. The provision at FAR 52.212-4 - Contract Terms and Conditions - Commercial Items, applies to this acquisition. The provision at FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following provisions and clauses will be incorporated by reference: 52.203-3 Gratuities (Apr 1984) 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 SAM Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-7 Information Regarding Responsibility Matters 52.212-3 Alt I Offeror Reps and Certs 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Gov't 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (i)52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-26 Equal Opportunity (April 2015) (i)52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restriction on Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - SAM (July 2013) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates... (May 2014) 52.222-43 Fair Labor Standards Act-Price Adjustment (May 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) 52.217-5 Evaluation of Options (July 1990) 52.217-8 Option to Extend Services (November 1999) 52.217-9 Option to Extend the Term of the Contract (March 2000) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-41 Service Contract Labor Standards (May 2014) 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012) 52.232-18 Availability of Funds 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-2 Service of Protest 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.245-1 Government Property (April 2012) 52.245-9 Use and Charges (April 2012) 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Dev 2016-O0003) Oct 2015 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) Oct 2015 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt A System for Award Management (May 2013) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7011 Alternative Line Item Structure (Sept 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.209-7004 Subcontracting w/ Firms...Terrorist Country 252.211-7007 Reporting of Government-Furnished Property (Aug 2012) 252.213-7000 Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations (June 2015) 252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 2015) 252.225-7001 Buy American Act & Balance of Payments Program (Nov 2014) 252.225-7048 Export-Controlled Items (June 2013) 252.227-7013 Rights in Technical Data--Non commercial items (Feb 2012) 252-227-7015 Technical Data - Commercial Items (Dec 2011) 252.227-7037 Validation of Restrictive Markings on Tech Data (Jun 2012) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.237-7023 Continuation of Essential Contractor Services (OCT 2010) 252.237-7024 Notice of Continuation of Essential Contractor Services (OCT 2010) 252.243-7002 Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property (April 2012) 252.245-7002 Reporting Loss of Government Property (April 2012) 252.245-7003 Contractor Property Management System Administration (April 2012) 252.246-7003 Notification of Potential Safety Issues (June 2013) 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010) 252.247-7023 Transportation of Supplies by Sea (April 2014) ACC-APG 5152.229-4900 EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (Oct 2012) Evaluation (a) 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. Volume I TECHNICAL PROPOSAL shall address at a minimum: 1.Competent Staff: journeymen engineers, HVACR technicians, software technicians 2. Design Capabilities: ability to engineer solutions as needed (new or redesign) 3. Staff Experience in accordance with the Performance Work Statement 4. Staffing of seasonal change over in accordance with Performance Work Statement 5. Restricted Area Access: able to obtain non-escorted access to ATC Restricted Areas 6. Availability/Response: vendor must be available 24/7/365, able to respond in 2hrs or less 7. Designated Service: vendor must able to supply tech on routine schedule basis 8. Insured/Licensed: ACS, Liability Insurance, Master's License (Refrig), Journeymen Certification. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer). If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. For questions concerning this solicitation, contact Christopher M. Neville, Contract Specialist, via email at christopher.m.neville2.civ@mail.mil. TELEPHONE REQUESTS WILL NOT BE HONORED. Anticipated Period of Performance: Base Period: 13 November 2017-12 November 2018 Option Year 1: 13 November 2018-12 November 2019 Option Year 2: 13 November 2019-12 November 2020
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/955473e17c81720806ef18d141f0e273)
 
Place of Performance
Address: Army Test Command, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04546687-W 20170617/170615235920-955473e17c81720806ef18d141f0e273 (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.