SOLICITATION NOTICE
J -- Maintenance, Repair, and Ammonia Refrigeration Support� For Environmental Test Chambers�
- Notice Date
- 3/6/2020 8:15:33 AM
- 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-20-R-0455
- Response Due
- 3/20/2020 9:01:00 AM
- Archive Date
- 04/04/2020
- Point of Contact
- Jamison, Gregory, Phone: 4438614742, Robert J. Rogers, Phone: 4438614749
- E-Mail Address
-
gregory.j.jamison.civ@mail.mil, robert.j.rogers41.civ@mail.mil
(gregory.j.jamison.civ@mail.mil, robert.j.rogers41.civ@mail.mil)
- Description
- COMBINED SYNOPSIS SOLICITATION W91ZLK-20-R-0455 �Maintenance, Repair, and Ammonia Refrigeration Support� For Environmental Test Chambers�. For ABERDEEN TEST CENTER (ATC), ABERDEEN PROVING GROUND MD, 21005 �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) 2005-95 (13 January 2017). The solicitation number for this requirement is W91ZLK-20-R-0455. This requirement is �100% SMALL BUSINESS SET-ASIDE�. The applicable North American Industry Classification System (NAICS) Code is 811310� � Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the Small Business Size Standard $7.5M. This is a non-personal services contract to provide a Firm Fixed Priced (FFP) to obtain Refrigeration Maintenance support. Contractor shall be responsible to deliver all maintenance services, annual maintenance report, mechanical integrity check sheets, emergency service tickets, and any other documentation that results from the work listed under the attached performance work statement. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. 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 under FAR 52.212-2, Evaluation - Commercial Items, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the Lowest Price Technically Acceptable (LPTA) and the following factors: factor 1 � price, factor 2- past performance, factors 3-8 technical. See Performance Work Statement (PWS) for contract requirement details. Description of Requirement: This is a non-personal services contract.� This contract is to obtain Refrigeration Maintenance support for Aberdeen Test Center at Aberdeen Proving Ground. Aberdeen Test Center (ATC) is a testing agency for the Department of the Army and houses various refrigeration systems that may not be comparable to private industry Heating and Air-conditioning Refrigeration (HVACR). The Aberdeen Test Center requires maintenance and repair services on various test chambers located at the Aberdeen Proving Ground (APG). These services require experienced and qualified technicians in the field of industrial ammonia refrigeration. This contract supports the mechanical integrity program through preventive maintenance, repairs and emergency response during a chemical release. It also is required to meet the Occupational Safety and Health Act (OSHA) requirements of the standard Combined Federal Regulation (29 CFR1910) and the Process Safety Management (PSM) program.� The main front ammonia plant houses 28,000 pounds of Ammonia (NH3) which feeds three separate test chambers. Because the quantity is over the OSHA CFR-29 threshold of 10,000 pounds, a Risk Management Plan (RMP) and Safety Management Plan (PSM) is enforced. Support contractors are required to be familiar with the written plans. These plans are critical to the welfare of the Aberdeen Proving Ground employees and visitors.�� 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, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the requirements of the PWS. Instructions for Offerors: Offerors shall submit proposals in accordance with the structure below. Please see the attached Instructions of Offerors for further details on proposal requirements. Partial quotes will not be evaluated by the Government. Award will be made to the acceptable offeror with the lowest evaluated price and technical capability, which is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements. Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Ground, MD, 21005. Performance of services will be at Aberdeen Proving Ground, MD. All contractor representatives needing access to the installation shall be US Citizens. Evaluation Factors: Factor 1 Price: � The Government will evaluate the price proposal for award purposes by adding the total of all CLIN prices, including all options by using price analysis techniques described in FAR 15.404-1(b). Factor 2 Past Performance: � The Government will evaluate the offeror's past performance during the last five (5) years for demonstrated recent and relevant record of performance in providing services that meet the contract requirements. Factor 3 Technical: � Contractor must be located within 25 miles for response to emergencies. � Contractor must show they have a minimum of two qualified field personnel capable of HVACR maintenance & repair tasks, piping fitting and control automation calibrations and adjustments. Technician shall have a minimum (5) years� experience working with industrial refrigeration systems that utilize refrigerants such as: Ammonia, R-507, R-22, 404A, 508B, and secondary fluid D-Limonene systems. � Contractor must show each technician has current First Responder Training to include Level-A suit, self-contained breathing apparatus (SCBA), and full face respirators. � Contractor must show 2 years� experience performing Mechanical Integrity Inspections in accordance with the latest Industrial Institute of Ammonia Refrigeration (IIAR) forms and bulletins. � Contractor must show each technician has Process Safety Management knowledge and experience. � Company must have an active Refrigeration Engineering Technical Association (RETA) membership. This organization governs the Ammonia Refrigeration Industry and provides input the OSHA on Process Safety Management plans. Please see attachment entitled �Instruction to Offerors� for further details. Provide the Government detailed information on the following: �a. Point of contact name and contact information, CAGE code, DUNS number, and TIN b. Contractor quotes must specifically address each CLIN listed in accordance with the Performance Work Statement. Partial quotes will not be evaluated by the Government. Please submit bids in the following format: CLIN 0001: $__________Base Year Preventive Maintenance (FFP) This CLIN will cover the maintenance, repair, and ammonia refrigeration support of all fixed prices aspects of the performance work statement. Period of Performance (PoP) will be for one year from date of award or as stated. CLIN 0002: Base Year Emergency Response Repair (FFP-NTE) $________/Regular rate per hour $________/Overtime rate per hour $________/Saturday/Weekend $_______/Sunday & Holiday rate per hour This CLIN will cover the emergency response and repair of all aspects of the performance Work Statement. CLIN 0003: $ Not separately priced - Contractor Manpower Reporting Application, Accounting for Contract Services Cost for Providing Accounting for Contract Services - APG 5152.237-490, Accounting for Contract Services Requirement, has been added to the statement of work, and Contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil less than https://cmra.army.mil �greater than. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. This applies to CLINs 0003, 1003, and 2003. CLIN 1001: $__________Option Year 1 Preventive Maintenance (FFP) This CLIN will cover the maintenance, repair, and ammonia refrigeration support of all fixed prices aspects of the performance work statement. The twelve month period of performance (PoP) will begin immediately after the PoP of CLIN 0001 has expired, if exercised. CLIN 1002: Option Year 1 Emergency Response Repair (FFP-NTE) $________/Regular rate per hour $________/Overtime rate per hour $________/Saturday/Weekend $_______/Sunday & Holiday rate per hour This CLIN will cover the emergency response and repair of all aspects of the performance Work Statement. CLIN 1003: $ Not separately priced Contractor Manpower Reporting Application Accounting for Contract Services CLIN 2001: $__________ Option Year 2 Preventive Maintenance (FFP) This CLIN will cover the maintenance, repair, and ammonia refrigeration support of all fixed prices aspects of the performance work statement. The twelve month period of performance (PoP) will begin immediately after the PoP of CLIN 1001 has expired, if exercised. CLIN 2002: Option Year 2 Emergency Response Repair (FFP-NTE) $________/Regular rate per hour $________/Overtime rate per hour $________/Saturday/Weekend $_______/Sunday & Holiday rate per hour This CLIN will cover the emergency response and repair of all aspects of the performance Work Statement. CLIN 2003: $ Not separately priced Contractor Manpower Reporting Application Accounting for Contract Services INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions. 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 The full text of FAR and DFAR references may be accessed electronically at this address: https://www.acquisition.gov/content/regulations�� 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 12:01P.M. EST, 17 March 2020. Please submit questions to Mr. Gregory Jamison, via email at Gregory.j.jamison.civ@mail.mil or Mr. Rob Rogers, via email at Robert.j.rogers41.civ@mail.mil. ALL Firm Fixed Price (FFP) Proposals must be signed, dated, and received by 12:01 P.M. EST, 20 March 2020 via email Gregory Jamison, at the following email: Gregory.j.jamison.civ@mail.mil or Mr. Rob Rogers, via email at Robert.j.rogers41.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 Mr. Gregory J Jamison via email at Gregory.j.jamison.civ@mail.mil or Mr. Rob Rogers, via email at Robert.j.rogers41.civ@mail.mil. NO TELEPHONE REQUESTS WILL BE HONORED. Attachments: PWS Instruction to Offerors
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/15b8cbaf744747279eff8c20263afc40/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD, USA
- Country: USA
- Country: USA
- Record
- SN05581918-F 20200308/200307085918 (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 |