SOLICITATION NOTICE
J -- Full-service Preventative Maintenance Support, Chamber Calibration, - Package #1
- Notice Date
- 10/25/2018
- 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, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-18-R-0091
- Archive Date
- 12/22/2018
- Point of Contact
- Marian J. Friedman, Phone: 4438614737, Gregory J Jamison, Phone: 4438614742
- E-Mail Address
-
marian.j.friedman.civ@mail.mil, gregory.j.jamison.civ@mail.mil
(marian.j.friedman.civ@mail.mil, gregory.j.jamison.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS - Performance Work Statement Instructions for Offerors The objective of this contract is to provide yearly full-service preventative maintenance support, chamber calibration, on-site repairs, and telephone assistance to resolve technical problems. The services to be conducted by the contractor are to include preventative maintenance (PM), on-site repairs, calibration of temperature and humidity sensors, and instrument service for equipment located at ATC, Aberdeen Proving Ground - Aberdeen Area, Applied Science Test Division. 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) 05-81 (10 April 2015). The solicitation number for this requirement is W91ZLK-18-R-0091. This requirement is a TOTAL SMALL BUSINESS SET-ASIDE. The applicable North American Industry Classification System (NAICS) Code is 811219 -Lab Equipment which have a small business size standards of $20.5 million. The objective of this contract is to provide yearly full-service preventative maintenance support, chamber calibration, on-site repairs, and telephone assistance to resolve technical problems. These HVACR systems are not fully comparable to other residential and/or industrial HVACR systems, and generally require specialized components, systems and/or a variety of refrigerants to properly function. Further, many of these systems were manufactured up to 26 years ago, potentially limiting the availability of technical documentation and/or replacement parts. These systems are crucial in the testing of weapons, ammunition, body armor and other soldier systems that ultimately impact the Warfighter's ability to complete his/her mission. Therefore, it is critical that these systems maintain operability at all times. The contractor must have experience with, but not limited to laboratory and commercial/industrial refrigeration units including those that use cascade systems and a variety of process controllers from different manufacturers. The list of chambers and equipment is included in Table 1 of this PWS. Although not listed individually, all system components, i.e. compressors, air dryers, etc, are included in the scope of the PWS. The Government contemplates a Firm-Fixed Price (FFP) award. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Test Program for Certain Commercial Items. Proposals shall be evaluated using the Lowest Price Technically Acceptable (LPTA) selection process. Description of Requirement: This is a non-personal services contract to include preventative maintenance (PM), on-site repairs, calibration of temperature and humidity sensors, and instrument service for equipment located at ATC, Aberdeen Proving Ground - Aberdeen Area, Applied Science Test Division, ATC, Aberdeen Proving Ground - Aberdeen Area, Applied Science Test Division. Please see the attached Performance Work Statement (PWS) for further details. The Government shall not exercise any supervision or control over the contract service provider performing the services. The contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to support the Aberdeen Test Center (ATC) Textiles and Standards Testing Lab as defined in this Performance Work Statement (PWS). Instructions for Offerors: Instructions for Offerors: Basis for Contract Award: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with Federal Acquisition Regulations (FAR) 13.106-2. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements. The technical evaluation will be a determination based on information furnished by the vendor. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. Evaluation Methodology: Technical acceptability will be evaluated on all proposals. Only those proposals determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. Then price will be evaluated and the proposal will be listed from lowest to highest price based on the total evaluation price. The award will be made to the proposal with the lowest evaluated price and which meets the acceptability standards for the non-cost factors. Award Decision will be made as follows: (1) Step One - Determine Technical Acceptability. The technical evaluation provides an assessment of the offeror's capability to satisfy the Government's requirements. The technical Approach Factor will receive a rating of Acceptable or Unacceptable. Only proposals deemed technically acceptable (either initially or as the result of discussions) will be considered for award. (2) Step Two - Evaluate Price. The offeror's price proposal will be evaluated, for award purposes, based upon the total price proposed. (3) Step Three - Award Decision. Award will be made to the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror's proposal to the terms and conditions or the solicitation. Technical Capability Evaluation Standard Factor 1 - Technical Proposal - Sub-factor must be addressed and cross referenced with the Performance Work Statement (PWS). Sub-factor: 1. The Contractor shall provide a statement they possess all required equipment, materials and qualified personnel to perform work described in the PWS. Factor 2 - Past Performance Factor 3 - Price - Please provide a cost for CLIN 0001. CLIN 0001 Base Year Preventative Maintenance FFP Contractor shall provide: -Annual Preventative Maintenance for customized industrial chambers used to simulate environmental conditions (Government owned equipment listed in Table 1 of PWS). Chamber on list can be replaced by another if chamber on l ist has been decomissioned. CLIN 0002 Basel Year Emergency Maintenance/General Repairs FFP - NTE The contractor shall provide maintenance Services & Repairs on Those chambers and equipment covered under the contract for emergency and general repairs are shown in Table 1 PWS, all services and repairs, diagnostics, repair of electrical systems (not including Calibrations and Preventative Maintenance-see FFP) The contractor can expect to spend an average of 80 - 120 man-hours for emergency r epairs through out the contract year. This information can vary and is dependent on parts needed and time of repairs. Table 4, PWS, shows the more co mmon parts (but not limited to) that have been replaced. CLIN 0003 Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the Performance Work Statement, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. As part of its proposal, the offeror shall provide the estimated total cost (if any) incurred to comply with the Contractor Manpower Reporting Application (eCMRA) requirement. If no direct cost is associated with providing the data, the proposal submitted shall identify the CLIN and state, "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. CLIN 0004 Option Year One Preventative Maintenance FFP Contractor shall provide: -Annual Preventative Maintenance for customized industrial chambers used to simulate environmental conditions (Government owned equipment listed in Table 1 of PWS). Chamber on list can be replaced by another if chamber on list has been decomissioned. CLIN 0005 Option Year One Emergency Maintenance/General Repairs FFP - NTE The contractor shall provide maintenance Services & Repairs on Those chambers and equipment covered under the contract for emergency and general repairs are shown in Table 1 PWS, all services and repairs, diagnostics, repair of electrical systems (not including Calibrations and Preventative Maintenance-see FFP). The contractor can expect to spend an average of 80 - 120 man-hours for emergency r epairs through out the contract year. This information can vary and is dependent on parts needed and time of repairs. Table 4, PWS, shows the more co mmon parts (but not limited to) that have been replaced. CLIN 0006 Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the Performance Work Statement, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. As part of its proposal, the offeror shall provide the estimated total cost (if any) incurred to comply with the Contractor Manpower Reporting Application (eCMRA) requirement. If no direct cost is associated with providing the data, the proposal submitted shall identify the CLIN and state, "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. CLIN 0007 Option Year Two Preventative Maintenance FFP Contractor shall provide: -Annual Preventative Maintenance for customized industrial chambers used to simulate environmental conditions (Government owned equipment listed in Table 1 of PWS). Chamber on list can be replaced by another if chamber on list has been decomissioned. CLIN 0008 Option Year Two Emergency Maintenance/General Repairs FFP - NTE The contractor shall provide maintenance Services & Repairs on Those chambers and equipment covered under the contract for emergency and general repairs are shown in Table 1 PWS, all services and repairs, diagnostics, repair of electrical systems (not including Calibrations and Preventative Maintenance-see FFP). The contractor can expect to spend an average of 80 - 120 man-hours for emergency r epairs through out the contract year. This information can vary and is dependent on parts needed and time of repairs. Table 4, PWS, shows the more co mmon parts (but not limited to) that have been replaced. CLIN 0009 Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the Performance Work Statement, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. As part of its proposal, the offeror shall provide the estimated total cost (if any) incurred to comply with the Contractor Manpower Reporting Application (eCMRA) requirement. If no direct cost is associated with providing the data, the proposal submitted shall identify the CLIN and state, "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. The following provisions and clauses will be incorporated by reference: • 52.204-7 System for Award Management • 52.204-9 Personal Identity Verification of Contractor Personnel • 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). • 52.204-13 System for Award Management Maintenance • 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation • 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013) • 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations • 52.212-1 Instruction to Offerors Commercial Items • 52.212-2, Evaluation Commercial Items The contractor will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. 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. • 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. • 52.212-4 Contract Terms and Conditions Commercial Items. • 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. (DEVIATION 2013-00019). 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract • 52.219-1, Small Business Program Representation • 52.219-6, Notice of Total Small Business Set-Aside • 52.219-28, Post Award Small Business Program Re-representation (JUL 2013). • 52.222-3, Convict Labor (June 2003). • 52.222-21 Prohibition of Segregated Facilities • 52.222-22 Previous Contracts and Compliance Reports • 52.222-26 Equal Opportunity • 52.222-36 Affirmative Action for Workers with Disabilities • 52.222-42 Statement for Equivalent Rates for Federal Hires • 52.222-50 Combating Trafficking in Persons • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-13 Restrictions on Certain Foreign Purchase • 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran - Representations and Certifications • 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). • 52.232-39 Unenforceability of Unauthorized Payments • 52.232-40 Providing Accelerated Payments to Small Business Subcontractors • 52.233-1 Disputes • 52.233-3 Protest after Award • 52.233-4 Applicable Law for Breach of Contract Claim • 52.237-1 Site visit • 52.237-2 Protection of Government Buildings, Equipment, & Vegetation • 52.243-1 Alternate I Changes - Fixed Price • 52.252-1 Solicitation Provisions Incorporated by reference • 52.252-5 Authorized Deviations in provisions The following additional DFAR clauses cited in the clause are applicable: • 252.212-7000, Offeror Representations and Certifications Commercial Items • 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) • 252.203-3 Gratuities • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials • 252.203-7003 Agency Office of the Inspector General • 252.211-7003 Item Identification and Valuation • 252.225-7001 Buy America and Balance of Payment Program • 252.225-7008 Restriction on Acquisition of Specialty Metals • 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals • 252.225-7012 Preference for Certain Domestic Commodities • 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools • 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings • 252.225-7021 Trade Agreements • 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program • 252.227-7015 Technical Data-Commercial Items • 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable • 252.225-7038 Restriction on Acquisition of Air Circuit Breakers • 252.232-7003 Electronic Submission of Payment Requests • 252-247-7023 Transportation of Supplies by Sea • 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. AMC-LEVEL PROTEST (NOV 2008) 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 Government Accountability Office 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. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. 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. SUBMISSION PROCEDURES: ALL QUESTIONS MUST BE SUBMITTED no later than 10:00A.M. EST, 05 November 2018. Please submit questions Ms. Marian J. Friedman, via email at marian.j.friedman.civ@mail.mil. ALL Firm Fixed Price (FFP) Proposals must be signed, dated, and received by 10:00 A.M. EST,26 November 2018 via email to Ms. Marian J. Friedman, at the following email: marian.j.friedman.civ@mail.mil. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://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 Ms. Marian J. Friedman via email at marian.j.friedman.civ@mail.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4bfecd5e4e083d5418a1cb4c47f74790)
- Place of Performance
- Address: Aberdeeb Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN05135078-W 20181027/181025230841-4bfecd5e4e083d5418a1cb4c47f74790 (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 |