SOLICITATION NOTICE
J -- Mobile & Stationary Equipment Maintenance and Repair
- Notice Date
- 3/5/2020 7:51:24 AM
- 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 ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX20R0009
- Response Due
- 3/17/2020 8:59:00 AM
- Archive Date
- 04/01/2020
- Point of Contact
- Nicole G. Hernandez, Phone: 5756784979, Phillip J. Amador, Phone: 5756783523
- E-Mail Address
-
nicole.g.hernandez2.civ@mail.mil, phillip.j.amador.civ@mail.mil
(nicole.g.hernandez2.civ@mail.mil, phillip.j.amador.civ@mail.mil)
- Description
- Amendment 0001 updates the Equipment list attachments. AVAILABILITY OF FUNDS (AFARS 5132.702) ����������� Funds are not presently available for this acquisition.� No contract award will be made until appropriated funds are made available from which payment for contract purposes can be made. � (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 W911QX20R0009.� This acquisition is issued as an request for quotation (RFQ).�� ����������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective 01/15/2020. ����������������������� (iv)� The associated NAICS code is 811310.� The small business size standard is $8,000,000 annual revenue. ����������������������� (v)�� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): BASE: CLIN 0001 Preventative Maintenance (Quantity (QTY): One (1), Unit: Job, (Hourly rate(s) (T&M) BASE: CLIN 0002 Inspection / Load Test Stationary Equipment ( (QTY) 164; Unit: Hour (Hourly rate(s))). (FFP) BASE: CLIN 0003 Repair Services (QTY: One (1), Unit: Job (Hourly rate(s)))(T&M) BASE: CLIN 0004 Reimbursable Parts (QTY: One (1), Unit: Job (Actual Cost of parts))). (T&M) BASE: CLIN 0005 Data (Not Separately Priced (NSP)). (FFP) BASE: CLIN 0006 Contractor Manpower Reporting (NSP). (FFP) OPTION 1: CLIN 0007 Preventative Maintenance (QTY: One (1), Unit: Job (Hourly rate(s) (T&M) OPTION 1: CLIN 0008 Inspection / Load Test Stationary Equipment ( QTY 164, Unit: Hour (Hourly rate(s))). (FFP) OPTION 1: CLIN 0009 Repair Services (QTY: One (1), Unit: Job (Hourly rate(s)))(T&M) OPTION 1: CLIN 0010 Reimbursable Parts (QTY: One (1), Unit: Job (Actual Cost of parts))). (T&M) OPTION 1: CLIN 0011 Data (Not Separately Priced (NSP)). (FFP) OPTION 1: CLIN 0012 Contractor Manpower Reporting (NSP). (FFP) OPTION 2: CLIN 0013 Preventative Maintenance (QTY: One (1), Unit: Job (Hourly rate(s) (T&M) OPTION2: CLIN 0014 Inspection / Load Test Stationary Equipment (QTY 164, Unit: Hour (Hourly rate(s))). (FFP) OPTION 2: CLIN 0015 Repair Services (QTY: One (1), Unit: Job (Hourly rate(s)))(T&M) OPTION 2: CLIN 0016 Reimbursable Parts (QTY: One (1), Unit: Job (Actual Cost of parts))). (T&M) OPTION 2: CLIN 0017 Data (Not Separately Priced (NSP)). (FFP) OPTION 2: CLIN 0018 Contractor Manpower Reporting (NSP). (FFP) For the reimbursable parts CLINs, the Government will include an $ 100,000.00 ceiling for the base year, an $103,000.00 ceiling for option year one (OY1), and a $106,090.00 ceiling for option year two (OY2) for evaluation purposes. Offerors shall not submit any costs of various parts in their offer. ����������������������� (vi) �Description of requirements: SEE ATTACHED PERFORMANCE WORK STATEMENT (PWS) FOR DETAILED DESCRIPTION OF REQUIREMENTS. ����������������������� (vii) Period of Performance for the base year is twelve (12) months with two (2) one-year option periods.� Performance is located at Aberdeen Proving Ground (APG), MD 21005.� Acceptance shall be performed at Army Research Laboratory Aberdeen Proving Ground (APG), MD 21005. ����������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition.� The following addenda have been attached to this provision: N/A ����������������������� (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) 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.� The following factors shall be used to evaluate offers:� Technical, Past Performance and Price.� 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: Experience with company and/or employees in repairing similar work load comparable with the APG equipment list. Experience with company and/or employees in responding within 4 clock hours of emergency for repair of equipment. Experience with company and/or employees in responding within 24 clock hours of normal repair of equipment. Experience with company and/or employees in meeting the timeframes for performing semi-annual and annual inspections of the type of equipment at the ALC center. 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, processes or other information) necessary for the Government to determine whether the proposed effort meets or exceeds the performance characteristics and/or objectives of the requirement.� Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed effort to industry or Government agencies.� Past performance will consider the ability of the offeror to meet characteristics/ objectives, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable).� Offerors shall include five records of sales from the previous 36 months.� Offerors shall identify a point of contact for each sale by providing a name and telephone number.� Price will be evaluated based on the total proposed price, including options, (if any). 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. ����������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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: � � 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2018) ALTERNATE I � ����������������������� (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: FAR: � 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.203-6 ALT I RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) � ALTERNATE I 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6, PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.209-7 Information Regarding Responsibility Matters (Oct 2018) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Class Deviation 2019-O0003) 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018) 52.219-14, LIMITATIONS ON SUBCONTRACTING (JAN 2017) (CLASS DEVIATION 2019-O0003) 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 (OCT 2019) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50, COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-12, MAINTENANCE, SERVICE, REPAIR, OR DISPOSAL OF REFRIGERATION EQUIPMENT AND AIR CONDITIONERS (JUN 2016) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.223-20, AEROSOLS (JUN 2016) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) 52.222-53, EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTRACTS FOR CERTAIN SERVICES--REQUIREMENTS (MAY 2014) DFARS: 52.203-3 GRATUITIES (APR 1984) 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7004, DOD ANTITERRORISM AWARENESS TRAINING FOR CONTRACTORS (FEB 2019) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017,� PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019) 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL 252.215-7008 ONLY ONE OFFER (JUL 2019) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.225-7052, RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (APR 2019) 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 (JUN 2013) 252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7003, NOTIFICATION OF POTENTIAL SAFETY ISSUES (JUN 2013) 252.246-7008, SOURCES OF ELECTRONIC PARTS (MAY 2018) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) ����������������������� (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 2016) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019) 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 252.201-7000, CONTRACTING OFFICER'S REPRESENTATIVE (DEC1991) 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 52.232-18, AVAILABILITY OF FUNDS (APR 1984) 52.223-1, BIOBASED PRODUCT CERTIFICATION (MAY 2012) 52.223-2, AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS 52.223-17, AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTS 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.216-31, TIME-AND-MATERIALS/LABOR-HOUR PROPOSAL REQUIREMENTS-COMMERCIAL ITEM ACQUISITION LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT CONTRACTING OFFICER REP TYPE OF CONTRACT CONTRACTOR MANPOWER REPORTING NON-PERSONAL SERVICES DISTRIBUTION STATEMENT A DISTRIBUTION STATEMENT C GOV INSPECTION AND ACCEPTANCE EXERCISE OF OPTION TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � ALC SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOV�T-CONTRACTOR RELATIONSHIPS EXCEPTIONS IN PROPOSAL DEBRIEF OF UNSUCCESSFUL OFFERS INSTR. FOR COST/PRICE DATA ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS AVAILABILITY OF FUNDS DD FORM 1423 DELIVERY OF DATA ITEMS TIME AND MATERIALS DETAILS USE OF GOV�T FACILITIES REQUIRED INSURANCE COVERAGE CMRA CLIN INSTRUCTIONS��� � ����������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. ����������������������� (xv)� The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. � � ����������� ����������� (xvi)� Offers are due on 17 March 2020, by 11:59AM Eastern Standard Time (EST), at Nicole.g.hernandez2.civ@mail.mil . � ����������������������� (xvii)� For information regarding this solicitation, please contact Nicole Hernandez, Nicole.g.hernandez2.civ@mail.mil. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fcf405781cd142d1afb1b402c9ecf195/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05580558-F 20200307/200305230145 (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 |