Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
SOLICITATION NOTICE

J -- Welding and Machining Equipment Maintenance and Repair

Notice Date
5/16/2023 12:48:05 PM
 
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-23-R-0014
 
Response Due
6/17/2023 1:00:00 PM
 
Archive Date
07/02/2023
 
Point of Contact
Christine Orr, Jamison, Gregory
 
E-Mail Address
christine.n.orr.civ@army.mil, gregory.j.jamison.civ@army.mil
(christine.n.orr.civ@army.mil, gregory.j.jamison.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Welding and Machining Equipment Maintenance and Repair 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-23-R-0014. This requirement has been deemed a Total Small Business Set-Aside under the associated North American Industry Classification System (NAICS) Code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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: Welding and Machining Equipment Maintenance and Repair for Aberdeen Test Center (ATC). Base and two option years. This is a non-personal service contract. The Contractor will be tasked with providing preventative and corrective maintenance services on government owned machining and welding equipment. Additional details are located within the attached Performance Work Statement. Place of performance shall be at U.S. Army Aberdeen Test Center Building 315, unless otherwise authorized. � 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. All proposals from responsible sources will be considered. Offerors who are not registered in the System for Award Management (SAM) database prior to award will not be considered.� Offerors may register with SAM by calling 1-866-606-8220 or online at www.beta.sam.gov. Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions.� Therefore, proposals shall represent the best and final offer of the Contractor. All proposals shall be submitted via email with the subject line: W91ZLK-23-R-0014 PROPOSAL FROM (INSERT COMPANY NAME) Proposals shall be submitted in two (2) separate volumes labeled: Volume I: Welding and Equip M&R, W91ZLK-23-R-0014 TECHNICAL Proposal Volume II: Welding and Equip M&R, W91ZLK-23-R-0014 PRICE Proposal Formatting Single space text Double space paragraphs 12-point minimum font Arial or Times New Roman Fonts only. Table/illustrations 8-point min and landscape is acceptable Margins: All margins 1 inch Header and footer: 1.5 inches Page Size: Width 8.5 inches and Heigh 11 inches (11 X 17 folded pages are acceptable for table/graphic representations; however, each 11 X 17 page counts as two pages) Page limitations: Volume I � 10 page limit and Volume II � 2 Pages using attached Schedule of Services Cover 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. (Single cover page not included in page limitations) NOTE: Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government. Note: Offerors shall complete:� FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Feb 2021); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020); and 52.204-26, Covered Telecommunications Equipment or Services-Representation. (OCT 2020 on www.beta.sam.gov or provide a completed copy of the clauses with the proposal) All information shall be confined to the appropriate volume. The Offeror shall confine all submissions to essential matters and sufficient to define the proposal in a concise manner, to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. The following shall be included in the volumes: Volume I: Technical/Management Proposal, to be evaluated by the following factors: Technical Approach; The offeror�s proposal shall adequately describe and present a clear understanding of the requirements specified in the Performance Work Statement (PWS).� To be rated as acceptable, offerors must demonstrate the offeror�s approach for meeting all of the requirements specified in the PWS. �Volume II: Detailed Price Proposal Proposed Firm Fixed Price for the Base Year and Two Option Years, using the Attached Schedule of Services. BASIS FOR AWARD: The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced.� To receive consideration for an award, an �Acceptable� rating must be achieved for all the non-cost evaluation factors: Technical Approach.� Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques.� Price will be the determining factor for proposals rated as acceptable for the non-cost factors. Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the proposal will result in a fair and reasonable price. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer Gregory Jamison and the Contract Specialist Christine Orr via email no later than 1600 or 4:00 P.M. Eastern Time, 26 May 2023 to gregory.j.jamison.civ@army.mil and christine.n.orr.civ@army.mil. All questions will be answered via an amendment to the solicitation on sam.gov. Responses to this solicitation must be signed, dated, and received no later than 1600 or 4:00 P.M.� :Eastern Time, 17 June 2023. Responses must be sent by email directly to the Contracting Officer Gregory Jamison at Gregory.j.jamison.civ@army.mil and Contract Specialist, Christine Orr, at Christine.n.orr.civ@army.mil. TELEPHONE REQUESTS WILL NOT BE HONORED. LIST OF ATTACHMENTS: Attachment 1 - Combined Synopsis/Solicitation Attachment 2 � Performance Work Statement Attachment 3 � Schedule of Services Attachment 4 � Contract Provisions and Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a78c7e00a9934e2cb1122161386fa615/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06683686-F 20230518/230517212020 (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.