SOLICITATION NOTICE
66 -- Preventive Maintenance and Repair Service Contract of Gerstel GC Autosampler - Quote Registry - PWS - FAR 52.212-3
- Notice Date
- 11/2/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-18-T-0006
- Archive Date
- 3/22/2018
- Point of Contact
- Rex M. Valdez,
- E-Mail Address
-
rex.m.valdez2.civ@mail.mil
(rex.m.valdez2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- OFFEROR REPRESENTATIONS AND CERTIFICATIONS ‐ COMMERCIAL ITEMS. Please complete. Performance Work Statement Please use this spreadsheet for pricing quote. Sign and date and submit in PDF Format. COMBINED SYNOPSIS/SOLICITATION W91ZLK-18-T-0006 Preventive Maintenance and Repair Service Contract of Gerstel GC Autosampler Edgewood Chemical & Biological Center Aberdeen Proving Ground, MD. This is a combined synopsis/solicitation for a 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 Effective 19 Jan 2017. The solicitation number for this requirement is W91ZLK-18-T-0006. This requirement is being solicited as a Total Small Business Set Aside. Contractor shall perform at least 50% of the cost of contract performance incurred for employees of the concern. The associated North American Industry Classification System (NAICS) Code is 811219 (Other Electronic and Precision Equipment Repair and Maintenance). This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13. The Government contemplates an award of a Firm-Fixed Price (FFP) type contract and will be evaluated on the basis of Lowest Priced Technically Acceptable (LPTA). INSTRUCTIONS AND INFORMATION TO OFFERORS: Description of Requirement: The objective of this contract is to provide a yearly full-service preventative maintenance and repair service to a list of Government-owned Gerstel automated sampling systems located at Edgewood Chemical Biological Center (ECBC), Aberdeen Proving Ground, MD. Anticipated Period of Performance is 12 months plus two option years. For more specific information regarding this requirement, please refer to the Performance Work Statement (PWS) attached. Proposals shall be submitted in three (3) separate volumes: Volume I: Pricing Proposal (Please use Quote Registry) Volume II: Technical Proposal Volume III: Past Performance The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. The contract shall be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal. 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. Proposal Format: Volume I: Detailed Price Proposal To provide uniformity and consistency a Quote Registry is attached. Please use this form to provide your price proposal. Include Company name, POC to include: Name, title, email address, and telephone number including extension. It must be signed. The Price Volume shall clearly identify the proposed firm fixed price unit prices for CLINs 0001, 1001, 2001. Information requested below for inclusion in the Price Proposal is not intended to be restrictive or all-inclusive. Offeror's cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1 based on competition and other factors. Offerors are encouraged to submit any other price or financial information that may be helpful in the understanding and evaluation of the Price Proposal; however, superfluous or elaborate documents are discouraged. Pricing information shall be addressed ONLY in the Price Proposal (Volume I) and shall be separated from any technical information being provided. All submissions shall be made in U.S. dollars. Partial quotes will not be evaluated. Volume II: Technical Proposal will be evaluated based on the following factors. Factor 1: Required Experience. Proposal contain all documentation and certifications to demonstrate offerors have the ability to service all of the equipment and perform repairs. Service technicians shall possess at least 2 years of experience in the maintenance and repair of Gerstel GC Autosampler Robotics and Sampling Devices. Offerors shall provide resume to demonstrate this experience. Factor 2: Warranty Certification. Proposals presents a clear understanding, that by performing any service on the equipment, warranties will not be adversely affected. The service technicians shall possess certifications/proof of training and or license from the OEM to perform the necessary tasks on the instruments without risk of voiding or invalidating warranties. Offerors shall submit proof of this Certification / Training. Factor 3: Upgrades to equipment. Offerors shall demonstrate that they can acquire and provide Software Upgrades, Firmware Upgrades (were available), and support from the OEM. Offeror shall submit documentation to verify this. NOTE: Contractor shall achieve technically acceptable rating on all technical factors to be considered technically acceptable. Volume III: Past Performance The proposal shall demonstrate satisfactory past performance and contractual completion of relevant projects. Relevant projects are recent projects that are similar to the solicited project in scope, size and/or complexity. Scope relevancy is defined as those projects that demonstrate past performance. As a minimum Offeror shall address the following: Offerors and major subcontractors shall submit two (2) recent and relevant projects. Recent projects are considered to be efforts in performance or awarded during the past three (3) years prior to this solicitation. Data used shall not extend past three (3) years prior to issue date but may include data generated during the past three years without regard to contract award date. The past performance references shall not be for work prior to 2015. Offerors with no past performance shall so state. NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable." The Offeror submission of past performance shall contain the following: a. Section I - Offeror Past Performance 1. Contractor/Subcontractor place of performance, CAGE Code and DUNS number 2. Government contracting activity, address, telephone and FAX numbers 3. POCs name, telephone and fax numbers 4. Government's technical representative/COR telephone and fax numbers 5. Government contract administration activity and the ACO's name, telephone and fax numbers 6. Contract Number 7. Contract Type 8. Awarded price/cost 9. Final or projected final price/cost 10. Original delivery schedule 11. Final or projected final delivery schedule 12. Narrative - Offeror shall provide a specific narrative explanation of each contract listed describing the objectives achieved and detailing how the effort is similar to the requirements of this solicitation. For any contracts that did not/do not meet original cost schedule or technical performance requirements, provide a brief explanation of the reason(s) for the shortcomings and any corrective actions taken to avoid recurrence. The Offeror shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. The Offeror shall also provide a copy of any cure notices or show because notices received on each contract listed and a description of any corrective action taken. The Offeror shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. The Offeror shall also specify to what extent subcontractors were involved in gaining related experience, and their level of involvement with respect to the scope of work, objectives achieved, and personnel resources utilized, and how previous contracts relate to this effort. ADDITIONAL INFORMATION ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-18-T-0006 PROPOSAL FROM (INSERT COMPANY NAME) • 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 must 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. • For questions concerning this solicitation, contact Rex M. Valdez, Contract Specialist, via email at rex.m.valdez2.civ@mail.mil. All questions must be received by November 16, 2017 at 4:00 p.m. Eastern Time. All questions will be answered via an amendment to the solicitation on FBO. • All quotations must be signed, dated, and submitted via email to rex.m.valdez2.civ@mail.mil by November 24, 2017 at 4:00 p.m. Eastern Time. • The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. • Attachments included: Performance Work Statement, and Quote Registry- equipment list and FAR 52.212-3 (Offeror representation and certification). NO TELEPHONE INQUIRES WILL BE HONORED. EVALUATION & BASIS FOR AWARD Basis for Award: The Government intends to award one Firm-Fixed Price contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, Contractor must achieve technically acceptable rating on all technical factors to be considered technically acceptable. Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following: a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or b. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price or unattainable in terms of technical or schedule commitments: or c. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. Award without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.1 04. No award can be made to an Offeror who has been determined non-responsible by the Contracting Officer. 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: http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2015 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Rep NOV 2015 FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019) FAR 52.217-5, Evaluation of Options FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-17 Nondisplacement of Qualified Workers FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-43, Fair Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes. FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes- Fixed Price, Alternate I FAR 52.247-34 F.O.B. Destination DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252-211-7003, Item Identification and Valuation DFARS 252-215-7007, Notice of Intent to Re-solicit DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252.239-7002, Access DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items JUN 2013 DFARS 252.247-7023, Transportation of Supplies by Sea AMC-LEVEL PROTEST PROGRAM (AUG 2012) ACC-APG 5152.233-4900 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 General Accounting Office (GAO) 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. Send protests (other than protests to the Contracting Officer) to: 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7d4775c8630b172fe358fcb7850dd43b)
- Place of Performance
- Address: US Army, Aberdeen Proving Ground, Maryland, 21010, United States
- Zip Code: 21010
- Zip Code: 21010
- Record
- SN04730434-W 20171104/171102231643-7d4775c8630b172fe358fcb7850dd43b (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 |