SOLICITATION NOTICE
J -- Prevantative Maintenance of Water Purification System
- Notice Date
- 3/26/2020 12:02:46 PM
- 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 ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-20-R-0022
- Response Due
- 4/2/2020 8:00:00 AM
- Archive Date
- 04/17/2020
- Point of Contact
- Solomon Raphael, Phone: 3013945351, Ashley Eaker, Phone: 3013944229
- E-Mail Address
-
solomon.a.raphael.civ@mail.mil, ashley.e.eaker2.civ@mail.mil
(solomon.a.raphael.civ@mail.mil, ashley.e.eaker2.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS � 1.� Class Code: J046 � 2.� NAICS Code:� 811310 � 3.� Subject:� Preventative Maintenance of Water System � 4.� Solicitation Number: W911QX-20-R-0022 � 5.� Set-Aside Code: Small Business Set-Aside � 6.� Response Date: Five (5) business days after posting, 11:00am Est. � 7.� Place of Delivery/Performance:� � U.S. Army Research Laboratory ����������������������������� 4600 Rodman Research Laboratory ����������������������������� Aberdeen Proving Ground, MD ����������������������������� 21005 � 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 W911QX-20-R-0022� This acquisition is issued as an RFP. � ������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-4. � ������������������� (iv)� This acquisition is set-aside for small business. The associated NAICS code is 811310. The small business size standard is $8,000,000. � ������������������� (v)�� The following is a list of anticipated contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):� Base Year: 0001 Visit 1 FY 20 0002 Visit 2 FY 20 0003 Data FY 20 0004 Contractor Manpower Reporting FY 20 Options/Periods of Performance by Fiscal Year (FY): 1001 Visit 1 FY 21 1002 Visit 2 FY 21 1003 Data FY 21 1004 Contractor Manpower Reporting FY 21 2001 Visit 1 FY 22 2002 Visit 2 FY 22 2003 Data FY 22 2004 Contractor Manpower Reporting FY 22 3001 Visit 1 FY 23 3002 Visit 2 FY 23 3003 Data FY 23 3004 Contractor Manpower Reporting FY 23 4001 Visit 1 FY 24 4002 Visit 2 FY 24 4003 Data FY 24 4004 Contractor Manpower Reporting FY 24 � ������������������� (vi) �Description of requirements: Army Research Laboratory � Weapons Materals Research Division (ARL-WMRD) requires preventatitive maintenance services of water filtration systems as described in attached Performance Work Statement (PWS). (vii) Delivery is period of performance with one (1) base period consisting of twelve (12) months and four (4) option periods consisting of twelve (12) months each. Reference paragraph 8(v) for contemplated contract line item CLIN structure and CLIN type. ������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition.� The following addenda have been attached to this provision: _______NONE_____________________________.� � ������������������� (ix)� Evaluation Criteria � Comparative Evaluation The specific evaluation is to be used as follows:� In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized.� Comparative evaluation is the comparison of all offers received in response to this solicitation against each other.� An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the government.� Award will be made to the offer that is most advantageous to the Government.� The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government.� In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation.� The below evaluation factors will be utilized during evaluation (in no order of relative importance):� Price: Price will be evaluated based on the total proposed price, including options, (if any). The Government reserves the right and discretion to perform price realism analysis on any offer that appears to be so low as to pose a risk to the Government in understanding the requirements of the solicitation. Technical Acceptability: The technical acceptability element of the evaluation will be a determination as to whether the proposed product/service meets the performance characteristics and specifications in the solicitation.� 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, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement.� If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past Performance: Past performance will be evaluated on an acceptable/unacceptable rating basis. An �Acceptable� rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates.� An �Unacceptable� rating is defined as the Government having minimal confidence that the the offeror can complete all requirements under the contract and meet stated delivery dates.� The ratings will be based upon past performance information submitted by past performance information the Government obtains. Only offerors rated �Acceptable� will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated �Acceptable�. � ������������������� (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 _________None_______________.� � ������������������� (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: � � 52.204-10���� REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6������ PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-6 DEVIATION 2019-O0003 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28��� POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3������ CONVICT LABOR (JUN 2003) 52.222-26���� EQUAL OPPORTUNITY (SEP 2016) 52.222-36� �� AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50���� COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-18���� ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13����� RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33����� PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-36����� PAYMENT BY THIRD PARTY (MAY 2014) 52.222-51� �� EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT--REQUIREMENTS (MAY 2014) 52.204-7������ SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.212-5������ CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2019) DEVIATION 2018-O0018�� INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JAN 2017) 52.212-2������ EVALUATION - COMMERCIAL ITEMS (OCT 2014) 52.212-3������ OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (DEC 2019) 52.212-3 ALT I������� OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JAN 2017) ALT I (OCT 2014) 52.212-4������ CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (JAN 2017) 52.204-16���� COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18���� COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-24���� REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) 52.232-40���� PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.201-7000��������� CONTRACTING OFFICER'S REPRESENTATIVE (DEC1991) 252.203-7000��������� REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000��������� DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003���� ���� ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006��������� WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) ������������������� (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): � 252.203-7005��������� REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) � 252.204-7004��������� DOD ANTITERRORISM AWARENESS TRAINING FOR CONTRACTORS (FEB 2019) � 252.204-7008��������� COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) � 252.204-7009��������� LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION (OCT 2016) � 252.204-7015��������� DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) � 252.211-7003��������� ITEM IDENTIFICATION AND VALUATION (MAR 2016) � 252.223-7008��������� PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) � 252.225-7020��������� TRADE AGREEMENTS CERTIFICATE (NOV 2014) � 252.225-7035 ALT I BUY AMERICAN�FREE TRADE AGREEMENTS�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) ALTERNATE I ""252.225-7036 Alt I""� BUY AMERICAN -- FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2017) ALTERNATE I (DEC 2017) � 252.232-7010��������� LEVIES ON CONTRACT PAYMENTS (DEC 2006) � 252.237-7010��������� PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) � 252.244-7000��������� SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) � 252.247-7023���� ���� TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) � ACC - APG POINT OF CONTACT CONTRACTING OFFICER REP TYPE OF CONTRACT CONTRACTOR MANPOWER REPORTING NON-PERSONAL SERVICES DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE EXERCISE OF OPTION DELIVERY OF DATA ITEMS PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) RECEIVING ROOM � APG SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOV�T-CONTRACTOR RELATIONSHIPS DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS DD FORM 1423 CMRA CLIN INSTRUCTIONS�� � ������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as ______NA____________. ������������������� (xv)� The following notes apply to this announcement:� Vendors shall clearly present the following information in their proposal: Company Name and DBA (if applicable), Address, Point of Contact Name, Phone, email, Socio economic status, Tax ID, Cage Code, DUNS number. � � ������������������� (xvi)� Offers are due on five (5) business days after posting by 11:00am Est, at Solomon.a.raphael.civ@mail.mil � ������������������� (xvii)� For information regarding this solicitation, please contact Solomon Raphael, Contract Specialist, Solomon.a.raphael.civ@mail.mil, 301-394-5351
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/68b1024cb19a4b17a5bb65877f5444a5/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05601273-F 20200328/200326230144 (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 |