SOLICITATION NOTICE
J -- Maintenance for Two Gamma Calibration Systems - Performance Work Statement
- Notice Date
- 8/27/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-RSA - (Missile), BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-15-Q-0076
- Archive Date
- 9/26/2015
- Point of Contact
- Pamela J. Gaines, Phone: 2568427690
- E-Mail Address
-
pamela.j.gaines.civ@mail.mil
(pamela.j.gaines.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement, Service Agreement for Critical Maintenance of irradiation Systems (Attachment 0001) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The solicitation number for this requirement is W31P4Q-15-Q-0076. This requirement is being solicited as Total Small Business Set-Aside. The associated North American Industry Classification System (NAICS) Code is 334517 (Irradiation Apparatus Manufacturing) and the size standard is 500 employees. The Government contemplates award of a Firm-Fixed-Price type contract to the lowest priced responsible small business concern. The period of performance is base year plus two option years. Description of Requirement: This service agreement contract is to provide remedial (on-call) and preventive maintenance and repair parts for one (1) Model 81-16Q Gamma Calibration System, Serial Number 7085, and one (1) Model 81-22T Gamma Calibration System, Serial Number 7134, both located at U.S. Army Primary Laboratory, Building 5417, Redstone Arsenal, Alabama and both manufactured by J.L. Shepherd and Associates of San Fernando, CA. The contractor shall provide annually, one (1) preventive maintenance visit, on-site, for the servicing of each Gamma Calibration system. The Contractor shall also provide unlimited on-call emergency maintenance visits, on-site, for each Gamma Calibration system. It shall also include unlimited technical support, technical reviews, utilization of call history data, updates to instrument software, instrument relocation services, and automatic case logging of services performed. For further details, please refer to the Performance Work Statement, Service Agreement for Critical Maintenance of Irradiation Systems, Attachment 001. The following CLIN structure will be used: CLIN 0001 - Base year performance: Service Agreement, remedial and preventive maintenance for one (1) each Model 81-16Q and one (1) each Model 81-22T Gamma Calibration System. Period of performance shall be a twelve month period commencing with the award date. CLIN 0002 - Base Year Performance - Contractor Manpower Reporting (CMR). CLIN 0003 - Option Year one (1) performance: Service Agreement remedial and preventive maintenance for one (1) each Model 81-16Q and one (1) each Model 81-22T Gamma Calibration System. Period of performance shall be a twelve month period commencing with the date option one is awarded. CLIN 0004 - Option Year one (1) performance: Contractor Manpower Reporting (CMR). CLIN 0005 - Option Year two (2) performance: Service Agreement remedial and preventive maintenance for one (1) each Model 81-16Q and one (1) each Model 81-22T Gamma Calibration System. Period of performance shall be a twelve month period commencing with the date option two is awarded. CLIN 0006 - Option Year two (2) performance: Contractor Manpower Reporting (CMR). Inspection/Acceptance is at destination, U.S. Army TMDE Activity, Building 5417, Jungerman Road, Redstone Arsenal, Alabama, 35898-5000, FOB point destination. The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation - Commercial Items, will be applicable and this action will be awarded on a lowest price technically acceptable basis. FAR 52.217-5, Evaluation of Options, also applies to this solicitation. EVALUATION FACTORS The Government anticipates award of a single contract resulting from this solicitation to the responsible offeror whose offer represents the lowest price technically acceptable offer to the Government. The following factors shall be used to evaluate offers: 1. Technical Proposal 2. Price TECHNICAL PROPOSAL Evaluation of all offers will be based on a lowest price technically acceptable basis. Offerors shall submit a technical proposal that demonstrates their ability to perform all aspects of the Performance Work Statement (PWS). Failure to demonstrate or indicate that the contractor's proposal meets each of the Government's requirements listed in the PWS will result in an overall rating of unacceptable and will not be considered for award. Failure to submit a technical proposal with all required information shall result in an overall rating of unacceptable. The technical proposal will be evaluated as either acceptable or unacceptable. Failure to address any aspect of the PWS will result in an overall unacceptable rating. ACCEPTABLE: Proposal clearly meets the requirements of the solicitation. UNACCEPTABLE: Proposal does not clearly meet the requirements of the solicitation. The technical proposal must receive an overall rating of acceptable. A single unacceptable rating will result in an overall rating of unacceptable. PRICE The Government will evaluate total price by adding the price for all items. The Government may reject a bid as non-responsive or a proposal as unacceptable if it is materially unbalanced as to prices offered for items. An offer is unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated for other work. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with the offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, also applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, also applies to this acquisition, as does FAR 52.215-1, Instructions to Offerors - Competitive. DFARS clause 252.232-7006 - Wide Area Workflow (WAWF) Payment Instructions also applies to this acquisition. Other clauses may be included in the award, if applicable. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer, which shall be considered by the Agency. Quotes are due no later than 3:00 p.m., (CST), 11 September 2015. Quotes/offers received after the specified due date and time shall not be considered for award. Electronic quotes are preferred, and may be submitted by email to the following: pamela.j.gaines.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d82560428ae7b59fcdd6321ae196dd6c)
- Place of Performance
- Address: TMDE/CMDS, Building 5250, 3rd Floor, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN03859905-W 20150829/150828000505-d82560428ae7b59fcdd6321ae196dd6c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |