Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2021 SAM #7082
SOLICITATION NOTICE

J -- HVACR Maintenance and Repair Service

Notice Date
4/20/2021 9:12:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-21-R-0016
 
Response Due
4/30/2021 9:01:00 AM
 
Archive Date
05/15/2021
 
Point of Contact
Jamison, Gregory, Phone: 4438614742, Robert J. Rogers, Phone: 4438614749
 
E-Mail Address
gregory.j.jamison.civ@mail.mil, robert.j.rogers41.civ@mail.mil
(gregory.j.jamison.civ@mail.mil, robert.j.rogers41.civ@mail.mil)
 
Description
HVACR Maintenance and Repair service ****UPDATE:� 20 April 2021****� Questions and Answers posted, questions extended from 21 April 2021 to 23 April 2021, proposal due date extended from 26 April 2021 to 30 April 2021. ****UPDATE: 6 April 2021 **** Industry Day for this soliciation will be�Wednesday 14 April 2021.� Interested Contractors must contact POC at �christopher.l.inmon.civ@mail.mil or (410) 278-1644 for installation access and times.***** Aberdeen Proving Ground, MD� 21005 Combined Synopsis/Solicitation - This 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) 2005-95 (13 January 2017).� The solicitation number for this Request for Quote (RFQ) is W91ZLK-21-R-0016. This requirement is under the associated North American Industry Classification System (NAICS) Code 238220, Plumbing, Heating, and Air-Conditioning Contractors Small Business Size Standard under 16.5M. The Government contemplates award of a Firm-Fixed Price in accordance with FAR 13.5. This procurement will be evaluated as lowest price technically acceptable, technical capability, and past performance for the procurement of the following services/materials. The government contemplates award of a Firm-Fixed Price. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Test Program for Certain Commercial Items. Contractor shall provide a price to perform the requirements of the attached Performance work Statement (PWS) using the price schedule. This is a request for quotation (RFQ). See Performance Work Statement for contract requirement details. Description of Requirement: This is a non-personal services contract.� This contract is to provide maintenance and repair for all HVACR and ancillary (e.g. associated electronics, electrical components, controls, etc.) equipment. Work efforts will be concentrated between, but not limited to, the Light Armor Range Complex (LARC) and Mobile Environment Unit�s (MEU) portable and fixed environmental test chambers located at Aberdeen Proving Ground, Maryland. This service requirement has three elements 1) Scheduled Maintenance, 2) Unscheduled Maintenance and 3) Replacement Parts. * Interested Contractors may�request a site visit prior to end of Question and Answer phase through �point of contact listed in this solicitation.* Please see the attached Performance work Statement (PWS) for further details. Instructions for Offerors: Offerors shall submit proposals in accordance with the �CLIN structure attachment�. Please see the attached, �Instructions to Offerors� for further details on proposal requirements. Partial quotes will not be evaluated by the Government. Award will be made to the acceptable offeror with the lowest evaluated price, and technically acceptable, which is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements. Acceptance shall be at destination. Shipping shall be destination. Performance of services will be at Aberdeen Proving Ground, MD. All contractor representatives needing access to the installation shall be US Citizens. Factor 1 Technical Capability Factor 2 Past Performance Factor 3 Price Please see attachment entitled �Instruction to Offerors� and �CLIN Structure� for further details. Provide the Government detailed information on the following: �a. Point of contact name and contact information, CAGE code, DUNS number, and TIN b. Contractor quotes must specifically address each CLIN listed in accordance with the PWS. Partial quotes will not be evaluated by the Government.� INVOICING INSTRUCTIONS: �Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions. The following provisions and clauses will be incorporated by reference: � 52.204-7 System for Award Management � 52.204-9 Personal Identity Verification of Contractor Personnel � 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). � 52.204-13 System for Award Management Maintenance � 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation � 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013) � 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations � 52.212-1 Instruction to Offerors Commercial Items � 52.212-2, Evaluation Commercial Items The contractor 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. 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. � 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. � 52.212-4 Contract Terms and Conditions Commercial Items. � 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. (DEVIATION 2013-00019). � 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract � 52.219-1, Small Business Program Representation � 52.219-6, Notice of Total Small Business Set-Aside � 52.219-28, Post Award Small Business Program Re-representation (JUL 2013). � 52.222-3, Convict Labor (June 2003). � 52.222-21 Prohibition of Segregated Facilities � 52.222-22 Previous Contracts and Compliance Reports � 52.222-26 Equal Opportunity � 52.222-36 Affirmative Action for Workers with Disabilities � 52.222-42 Statement for Equivalent Rates for Federal Hires � 52.222-50 Combating Trafficking in Persons � 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) � 52.225-13 Restrictions on Certain Foreign Purchase � 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran - Representations and Certifications � 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). � 52.232-39 Unenforceability of Unauthorized Payments � 52.232-40 Providing Accelerated Payments to Small Business Subcontractors � 52.233-1 Disputes � 52.233-3 Protest after Award � 52.233-4 Applicable Law for Breach of Contract Claim � 52.237-1 Site visit � 52.237-2 Protection of Government Buildings, Equipment, & Vegetation � 52.243-1 Alternate I Changes - Fixed Price � 52.252-1 Solicitation Provisions Incorporated by reference � 52.252-5 Authorized Deviations in provisions The following additional DFAR clauses cited in the clause are applicable: � 252.212-7000, Offeror Representations and Certifications Commercial Items � 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) � 252.203-3 Gratuities � 252.203-7000 Requirements Relating to Compensation of Former DoD Officials � 252.203-7003 Agency Office of the Inspector General � 252.211-7003 Item Identification and Valuation � 252.225-7001 Buy America and Balance of Payment Program � 252.225-7008 Restriction on Acquisition of Specialty Metals � 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals � 252.225-7012 Preference for Certain Domestic Commodities � 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools � 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings � 252.225-7021 Trade Agreements � 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program � 252.227-7015 Technical Data-Commercial Items � 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable � 252.225-7038 Restriction on Acquisition of Air Circuit Breakers � 252.232-7003 Electronic Submission of Payment Requests � 252-247-7023 Transportation of Supplies by Sea � 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: https://www.acquisition.gov/content/regulations. AMC-LEVEL PROTEST (NOV 2008) 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 Government Accountability Office 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. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. 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. � SUBMISSION PROCEDURES: ALL QUESTIONS MUST BE SUBMITTED no later than 12:01P.M. EST,�23�April�2021. Please submit questions to Mr. Gregory Jamison, via email at Gregory.j.jamison.civ@mail.mil and Rob Rogers, via email at Robert.j.rogers41.civ@mail.mil. ALL Firm Fixed Price (FFP) Proposals must be signed, dated, and received by 12:01 P.M. EST,�30 April 2021 via email Gregory Jamison, at the following email: Gregory.j.jamison.civ@mail.mil and Mr. Rob Rogers, via email at Robert.j.rogers41.civ@mail.mil.� � All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://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. For questions concerning this solicitation contact Mr. Gregory J Jamison via email at Gregory.j.jamison.civ@mail.mil and Mr. Rob Rogers, via email at Robert.j.rogers41.civ@mail.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8fc7e2094a0842fe970765e79c819874/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05977497-F 20210422/210420230119 (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.