Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 24, 2022 SAM #7419
SOLICITATION NOTICE

J -- Mobile Crane Maintenance and Repairs for Army Test Center

Notice Date
3/22/2022 8:11:48 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 DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-22-R-0011
 
Response Due
3/31/2022 12:00:00 PM
 
Archive Date
04/15/2022
 
Point of Contact
Lesha N Jones, Phone: 4438614746, Jamison, Gregory, Phone: 4438614742
 
E-Mail Address
lesha.n.jones.civ@army.mil, gregory.j.jamison.civ@army.mil
(lesha.n.jones.civ@army.mil, gregory.j.jamison.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Maintenance and Repairs for Army Test Center (ATC) Mobile Crane Combined Synopsis/Solicitation 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; 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) 2019-06 (10 September 2019). The solicitation number for this requirement is W91ZLK-22-R-0011. This solicitation is being issued as Small Business Set Aside under the associated North American Industry Classification System (NAICS) Code 811310, Commercial and Industrial Machinery and Equipment Repair and Maintenance. The Government contemplates the award of a Firm-Fixed-Price (FFP) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. Contractor shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the schedule of services attached.� This procurement will be evaluated as lowest price technically acceptable for the procurement of the following services: Mobile Crane Maintenance and Repairs, Mobile Crane, One (1) base year and two (2) option years. Place of performance shall be at ATC, APG, Maryland to include off-site location in Edgewood, Carroll Island and Churchville, Maryland INSTRUCTIONS AND INFORMATION TO OFFERORS: 52.212-1 Instruction to Offerors Commercial Items/Services This clause applies in its entirety and there are currently no addenda to the provision. Proposals shall be submitted in two (2) separate volumes: Volume I TECHNICAL/MANAGEMENT PROPOSAL not to exceed 10 pages: - Mobile Crane Maintenance and Repairs for ATC W91ZLK-22-R-0011.� Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension if applicable. 2.� The contractor shall demonstrate relevant experience, which the quote includes detailed resumes for all contractor personnel and contains the following: Training Certificates and Crane Inspector Certifications Work experience c.�� The work experience of all personnel meets the minimum requirements cited in the Performance Work Statement. d. All proposed personnel are US citizens.� All personnel have the capability to qualify for �no-escort required� access badges. 3. The contractor demonstrates that he has the capability of supplying replacement parts for equipment within the response times listed in the Performance Work Statement. Personnel Qualifications: Comprehension of work to be performed: The proposal demonstrates an understanding of the inspection and maintenance requirements The proposal provides evidence to demonstrate availability of personnel and ability to respond to service calls and make repairs within the times specified in the solicitation. During the PPM, The Contractor shall include resumes of all key personnel Volume II PRICE: Mobile Crane Maintenance and Repairs - W91ZLK-22-R-0011.� Price proposals shall include Firm Fixed Pricing for one (1) base year and two (2) optional years, each a duration of twelve (12) months. The Price Volume shall clearly identify the proposed firm-fixed price unit prices with all estimated totals for CLINs. �Proposals shall be submitted in the CLIN structure please see attached Schedule of Services. All submissions shall be made in U.S. dollars. ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-22-R-0011 PROPOSAL FROM (INSERT COMPANY NAME). Proposal Format: Volume II: Detailed Price Proposal 1.� Proposed Firm Fixed Price for the Base year and both optional years, on attached schedule of services. This requirement shall be awarded on the basis of Lowest Priced Technically Acceptable. All evaluated quotes shall be rated Technically Acceptable or Unacceptable. In order to be considered for an award, rating of acceptable must be achieved in each factor and sub factor. Offerors shall clearly articulate the technical approach (including risks and contingencies) for performing the work, an understanding of the requirement, and the capacity to perform the following services. FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. Acceptability of proposals will be based on meeting all of the requirements of the Performance Work Statement (PWS). Failure to address each requirement will result in the proposal being rated unacceptable.��� The contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. 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 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov The offeror shall include a point of contact name and contact information, company CAGE code, DUNS number, and TIN. Partial quotes will not be evaluated by the Government. 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. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: www.acquisition.gov FAR 52.252-1 - Solicitation Provisions Incorporated by Reference. 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: www.acquisition.gov 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017). 52.204-7, System for Award Management (Oct 2016). 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016). 52.215-1, Instructions to Offerors�Competitive Acquisition (Jan 2017). 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements�Commercial Item Acquisition (Feb 2007). 52.217-5, Evaluation of Options (Jul 1990). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021). 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021). 52.204-26, Covered Telecommunications Equipment or Services-Representation. (Oct 2020). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act�Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217- 9 Option to Extend the Terms of the Contract (Nov 1999 EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones via email no later than 1500 p.m. Eastern Time, 28 February 2022 to lesha.n.jones.civ@army.mil or gregory.j.jamison.civ@army.mil. Responses to this solicitation must be signed, dated, and received no later than 1500 or 3:00 p.m. Eastern Time, 18 March 2022. Responses must be sent by email directly to the Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones lesha.n.jones.civ@army.mil or gregory.j.jamison.civ@army.mil. For questions concerning this solicitation, contact Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones via email at lesha.n.jones.civ@army.mil or gregory.j.jamison.civ@army.mil. TELEPHONE REQUESTS WILL NOT BE HONORED.� ATTACHMENTS: �Schedule of Services Combine Syn/Sol PWS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/56d0e1f44f2b48cda515d180ce5e9ffd/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06274766-F 20220324/220322230106 (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.