Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2018 FBO #6144
SOLICITATION NOTICE

J -- Principle Period of Maintenance (PPM) and Periodic Service of Government-owned Welding Equipment - Provisions and Clauses Full-Text Attachment - Combination Synopsis-Solicitation for Commercial Purchases - Evaluation Criteria

Notice Date
9/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX18R0089
 
Archive Date
10/9/2018
 
Point of Contact
Joseph M. Dellinger, Phone: 3013940769
 
E-Mail Address
joseph.m.dellinger2.civ@mail.mil
(joseph.m.dellinger2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Evaluation Criteria Combination Synopsis-Solicitation for Commercial Purchases Provisions and Clauses Full-Text Attachment COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: J0 2. NAICS Code: 811310 3. Subject: Principle Period of Maintenance (PPM) and Periodic Service of Government-owned Welding Equipment 4. Solicitation Number: W911QX18R0089. 5. Set-Aside Code: 100% Total Small Business Set-Aside 6. Response Date: 24 September 2018 7. Place of Delivery/Performance: U.S. Army Research Laboratory Aberdeen Proving Ground (APG), MD 21005-5001 United States (USA) 8. (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 W911QX18R0089. 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 2005-100, 22 August 2018. (iv) This acquisition is set-aside for small businesses. The associated NAICS code is 811310. The small business size standard is $7,500,000.00. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Principle Period of Maintenance (PPM) and Periodic Service of Government-owned Welding Equipment (year one (1)) (FFP) CLIN 0002: Remedial/Emergency Repair (year one (1)) (T&M) CLIN 0003: Contractor Manpower Reporting (year one (1)) (FFP Not Separately Priced (NSP)) CLIN 0004: OPTION 1: Principle Period of Maintenance (PPM) and Periodic Service of Government-owned Welding Equipment (year two (2)) (FFP) CLIN 0005: OPTION 1: Remedial/Emergency Repair (year two (2)) (T&M) CLIN 0006: OPTION 1: Contractor Manpower Reporting (year two (2)) (FFP NSP) CLIN 0007: OPTION 2: Principle Period of Maintenance and Periodic Service of Government-owned Welding Equipment (year three (3)) (FFP) CLIN 0008: OPTION 2: Remedial/Emergency Repair (year three (3)) (T&M) CLIN 0009: OPTION 2: Contractor Manpower Reporting (year three (3)) (FFP NSP) (vi) Description of requirements: Principle Period of Maintenance (PPM), Periodic Service, and Remedial/Emergency Repair of Government-owned welding equipment in accordance with the attached Performance Work Statement (PWS) and Materials Equipment List. (vii) Delivery is required by 30 September 2018, base period Performance Period of 30 September 2018 to 29 September 2019. Delivery shall be made to U.S. Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), MD. Acceptance shall be performed at U.S. ARL, APG, MD. The FOB point is U.S. ARL, APG, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (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 - Service (Tradeoff) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and/or objectives in the solicitation. Those offers that meet or exceed the stated performance characteristics and/or objectives will then be evaluated in terms of technical aspects above the minimum requirements that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance work characteristics/objectives and/or period of performance: The Government is willing to pay more for the expertise and experience of the following: A)Providing American Welding Society (AWS) certified welding educators, inspectors, and engineers, in comparison to, vendor managed non-certified employees. The AWS specialized certification ensures that highly-qualified technicians, inspectors and engineers meet a national regulatory standard for the welding industry. Being AWS certified guarantees a standard of knowledge and skills that holds welders, inspectors, and engineers accountable. The trade-off on price for offerors that meet or exceed the listed criteria justifies approximately a 5% increase of the overall cost for the services. 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, processes or other information) necessary for the Government to determine whether the proposed effort meets or exceeds the performance characteristics and/or objectives of the requirement. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed effort to industry or Government agencies. Past performance will consider the ability of the offeror to meet characteristics/objectives, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include 5 records of sales from the previous 24 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (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 ALT 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: 52.203-3, 52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-17, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-51, 52.222-54, 52.223-18, 52.225-13, 52.232-33, 52.232-36 252.203-7005, 252.204-7015, 252.211-7003, 252.223-7008, 252.225-7000, 252.225-7001, 252.225-7012, 252.225-7050, 252.237-7010, 252.243-7002, 252.244-7000, 252.247-7022, 252.247-7023 (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): 252.201-7000, 252.203-7000, 252.204-7000, 252.204-7006, 252.204-7008, 252.204-7012, 252.225-7031, 252.232-7003, 252.232-7006, 252.232-7010, 252.246-7003 52.204-7, 52.204-9, 52.204-16, 52.204-18, 52.216-31, 52.217-8, 52.217-9, 52.223-5, 52.232-7, 52.232-40, 52.237-2, 52.243-3, 52.244-2, 52.249-14, 52.252-1, 52.252-2, 52.252-6, 52.253-1 This will be a Hybrid Firm Fixed Price (FFP)/Time and Materials (T&M) type contract award and the following local clauses apply to this acquisition: ACC - APG POINT OF CONTACT CONTRACTING OFFICER'S REPRESENTATIVE (COR) TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) EXERCISE OF OPTION PAYMENT INSTRUCTIONS RECEIVING ROOM - APG T&M OR LH COST DETAILS SUPERVISION OF EMPLOYEES GOV'T-CONTRACTOR RELATIONSHIPS WORK HOURS ID OF CONTRACTOR EMPLOYEES USE OF GOV'T FACILITIES KEY PERSONNEL EXCEPTIONS IN PROPOSAL PAYMENT TERMS ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING CMRA CLIN INSTRUCTIONS (xIv) The following notes apply to this announcement: Prices given in bids shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due on 24 September 2018, by 11:59 A.M. ET, and shall be sent electronically to joseph.m.dellinger2.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Joseph Dellinger, (301) 394-0769, joseph.m.dellinger2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/609a2814de5c8d52668680ea8dfbe04f)
 
Place of Performance
Address: United States (U.S.) Army Research Laboratory (ARL), Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN05092322-W 20180919/180917231159-609a2814de5c8d52668680ea8dfbe04f (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 |
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.