Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

J -- Mobile & Stationary Equipment Maintenance and Repair

Notice Date
4/19/2023 11:13:16 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
W911QX23R0018
 
Response Due
4/21/2023 8:59:00 AM
 
Archive Date
04/28/2023
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979, Lavon Lewis
 
E-Mail Address
nicole.g.hernandez2.civ@army.mil, lavon.m.lewis2.ctr@army.mil
(nicole.g.hernandez2.civ@army.mil, lavon.m.lewis2.ctr@army.mil)
 
Description
Amendment P0002- The purpose of this amendment is to revise the Questions and Answers document and Optional CLINs to include the constraint, TO BE NEGOTIATED (TBN). 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 W911QX23R0018.� 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 2023-02, effective 02/14/2023. ����������������������� (iv)� The associated NAICS code is 811310.� The small business size standard is $11,000,000 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 (Annual) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (Quantity (QTY): One-hundred sixty-two (162), Unit: Job, (FFP) BASE: CLIN 0002 Preventative Maintenance (Semi-Annual) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (QTY: One-hundred thirty-eight (138), Unit: Job, (FFP) BASE: CLIN 0003 Preventative Maintenance (Annual/Lift Inspection) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (QTY: Ninety-six (96), Unit: Job, (FFP) BASE: CLIN 0004 Inspection / Load Test Stationary Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 2 ( (QTY) 12; Unit: Months), (FFP) BASE: CLIN 0005 Service Calls for Repairs (QTY: 1,475, Unit: Hours (Hourly rate(s)))(T&M) BASE: CLIN 0006 Reimbursable Parts (QTY: One (1), Unit: Job (Actual Cost of parts))). (T&M) BASE: OPTIONAL Effort CLIN 0007 Preventative Maintenance (Annual) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (Quantity (QTY): Nine (9), Unit: Job, (FFP). TO BE NEGOTIATED (TBN). Performance start date negotiable upon exercise of option. BASE: OPTIONAL Effort CLIN 0008 Preventative Maintenance (Semi-Annual) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (QTY: Eight (8), Unit: Job, (FFP). TO BE NEGOTIATED (TBN). Performance start date negotiable upon exercise of option. BASE: OPTIONAL Effort CLIN 0009 Preventative Maintenance (Annual/Lift Inspection) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (QTY: four (4), Unit: Job, (FFP). TO BE NEGOTIATED (TBN). Performance start date negotiable upon exercise of option. OPTION 1: CLIN 0010 Preventative Maintenance (Annual) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (Quantity (QTY): One-hundred sixty-two (162), Unit: Job, (FFP) OPTION 1: CLIN 0011 Preventative Maintenance (Semi-Annual) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (QTY: One-hundred thirty-eight (138), Unit: Job, (FFP) OPTION 1: CLIN 0012 Preventative Maintenance (Annual/Lift Inspection) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (QTY: Ninety-six (96), Unit: Job, (FFP) OPTION 1: CLIN 0013 Inspection / Load Test Stationary Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 2 ( QTY 12, Unit: Months. (FFP) OPTION 1: CLIN 0014 Service Calls for Repairs (QTY: 1,475, Unit: Hours (Hourly rate(s)))(T&M) OPTION 1: CLIN 0015 Reimbursable Parts (QTY: One (1), Unit: Job (Actual Cost of parts))). (T&M) OPTION 1: OPTIONAL Effort CLIN 0016 Preventative Maintenance (Annual) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (Quantity (QTY): Fourteen (14), Unit: Job, (FFP). TO BE NEGOTIATED (TBN). Performance start date negotiable upon exercise of option. OPTION 1: OPTIONAL Effort CLIN 0017 Preventative Maintenance (Semi-Annual) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (QTY: Twenty-four (24), Unit: Job, (FFP). TO BE NEGOTIATED (TBN). Performance start date negotiable upon exercise of option. OPTION 1: OPTIONAL Effort CLIN 0018 Preventative Maintenance (Annual/Lift Inspection) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (QTY: Twelve (12), Unit: Job, (FFP). TO BE NEGOTIATED (TBN). Performance start date negotiable upon exercise of option. OPTION 2: CLIN 0019 Preventative Maintenance (Annual) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (Quantity (QTY): One-hundred sixty-two (162), Unit: Job, (FFP) OPTION 2: CLIN 0020 Preventative Maintenance (Semi-Annual) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (QTY: One-hundred thirty-eight (138), Unit: Job, (FFP) OPTION 2: CLIN 0021 Preventative Maintenance (Annual/Lift Inspection) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (QTY: Ninety-six (96), Unit: Job, (FFP) OPTION2: CLIN 0022 Inspection / Load Test Stationary Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 2 ( QTY 12, Unit: Months. (FFP) OPTION 2: CLIN 0023 Service Calls for Repairs (QTY: 1,475, Unit: Hours (Hourly rate(s)))(T&M) OPTION 2: CLIN 0024 Reimbursable Parts (QTY: One (1), Unit: Job (Actual Cost of parts))). (T&M) OPTION 2: OPTIONAL Effort CLIN 0025 Preventative Maintenance (Annual) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (Quantity (QTY): Nineteen (19), Unit: Job, (FFP). TO BE NEGOTIATED (TBN). Performance start date negotiable upon exercise of option. OPTION 2: OPTIONAL Effort CLIN 0026 Preventative Maintenance (Semi-Annual) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (QTY: Thirty-four (34), Unit: Job, (FFP). TO BE NEGOTIATED (TBN). Performance start date negotiable upon exercise of option. OPTION 2: OPTIONAL Effort CLIN 0027 Preventative Maintenance (Annual/Lift Inspection) for Mobile Equipment as detailed on the attached Performance Work Statement (PWS) and PWS Attachment 1 (QTY: Seventeen (17), Unit: Job, (FFP). TO BE NEGOTIATED (TBN). Performance start date negotiable upon exercise of option. For the reimbursable parts CLINs, the Government will include an $ 120,000.00 ceiling for the base year, a $122,400.00 ceiling for option year one (OY1), and a $124,848.00 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 � Comparative Evaluation The specific evaluation is to be used as follows:� In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized.� Comparative evaluation is the comparison of all offers received in response to this solicitation against each other.� An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the government.� Award will be made to the offer that is most advantageous to the Government.� The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government.� In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation.� The below evaluation factors will be utilized during evaluation (in no order of relative importance):� Price: Price will be evaluated based on the total proposed price, including options, (if any). The Government reserves the right and discretion to perform price realism analysis on any offer that appears to be so low as to pose a risk to the Government in understanding the requirements of the solicitation. Technical Acceptability: The technical acceptability element of the evaluation will be a determination as to whether the proposed product/service 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. Past Performance: Past performance will be evaluated on an acceptable/unacceptable rating basis. An �Acceptable� rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates.� An �Unacceptable� rating is defined as the Government having minimal confidence that the the offeror can complete all requirements under the contract and meet stated delivery dates.� The ratings will be based upon past performance information submitted by past performance information the Government obtains. Only offerors rated �Acceptable� will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated �Acceptable�. ����������������������� (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 (SEP 2021) 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018) 52.219-14, LIMITATIONS ON SUBCONTRACTING (SEP 2021) (CLASS DEVIATION 2021-O0008) 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 2022) (DEVIATION 2020-O0019) 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) 52.223-21, FOAMS (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 (OCT 2020) (DEVIATION 2020-O0005) 252.225-7974, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 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): 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (NOV 2021) 52.212-2, EVALUATION - COMMERCIAL ITEMS (NOV 2021) 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 2021) 52.212-3 ALT I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JAN 2021) ALT I (OCT 2014) 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (NOV 2021) 52.212-4 ALT I, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (NOV 2021) ALT I (NOV 2021) 52.204-21, BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 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) 52.209-7, INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) 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) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 52.232-18, AVAILABILITY OF FUNDS (APR 1984) LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT CONTRACTING OFFICER REP TYPE OF CONTRACT IF PERFORMANCE PERIOD NON-PERSONAL SERVICES DISTRIBUTION STATEMENT C GOV INSPECTION AND ACCEPTANCE EXERCISE OF OPTION TAX EXEMPTION CERT. (APG) PAYMENT INSTRUCTIONS RECEIVING ROOM � ALC T&M OR LH COST DETAILS LIMITATION OF COST/FUNDS SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOV�T-CONTRACTOR RELATIONSHIPS REQUIRED INSURANCE COVERAGE DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL DEBRIEF OF UNSUCCESSFUL OFFERS ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS AVAILABILITY OF FUNDS INCREMENTAL FUNDING 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)� Questions are due by 19 April 2023, by 11:59AM Eastern Standard Time (EST), at lavon.m.lewis2.ctr@army.mil. Offers are due on 21 April 2023, by 11:59AM Eastern Standard Time (EST), at lavon.m.lewis2.ctr@army.mil. ����������������������� (xvii)� For information regarding this solicitation, please contact Lavon Lewis, lavon.m.lewis2.ctr@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8cbe6ca1c4a34b419497719641c5a83b/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06655451-F 20230421/230419230113 (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.