Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2022 SAM #7460
SOLICITATION NOTICE

66 -- P & M and Calibration Services to Global Positioning System (GPS) and Survey Equipment

Notice Date
5/2/2022 4:13:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-22-R-0019
 
Response Due
6/1/2022 12:00:00 PM
 
Archive Date
06/16/2022
 
Point of Contact
Lesha N Jones, Phone: 4438614746, Jamison, Gregory, Phone: 4438614742
 
E-Mail Address
lesha.n.jones.civ@army.mil, gregory.j.jamison.civ@army.mil
(lesha.n.jones.civ@army.mil, gregory.j.jamison.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
U.S. Army Aberdeen Test Center (ATC) Preventative Maintenance and Calibration Services to Global Position� � � � � � � � � � � � � �� and Survey Equipment 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; and request for proposals are being� requested and a written solicitation will not be issued. Incorporated provisions and clauses are� those in effect through Federal Acquisition Circular (FAC) 2022-05 (7 March 2022). The solicitation� number for this request for proposal (RFP) is W91ZLK-22-R-0019. This solicitation is being procured as 100% small business set aside and in accordance with FAR� Part 13.5 Commercial Test Program. This requirement is under the associated North American Industry� Classification System (NAICS) Code 811219, Other Electronic and Precision Equipment Repair and� Maintenance. This procurement will be evaluated as lowest price technically acceptable, for the� procurement of the following service. All offerors shall provide a price to perform the� requirements of the attached Performance Work Statement (PWS) using the schedule of services below.� The Government contemplates award of a Firm- Fixed Price, purchase order for following service� requirement: The Contractor shall provide all required equipment, materials, and qualified personnel to perform� maintenance and calibration on the GPS and survey equipment identified within the attachments. �The� required services to be performed on a semi-annual basis shall be executed by competent,� experienced, and qualified personnel who are currently trained and certified in the maintenance and� calibration service of Nikon, Trimble, Topcon, and Leica GPS and Survey Equipment. �The Contractor� shall provide services without unnecessary delays or interference with the Government�s mission. Aberdeen Test Center (ATC) Preventative Maintenance and Calibration Services to Global Positioning� System (GPS) and Survey Equipment, one (1) base year and two (2) option years. The period of� performance will be 31 July 2022 to 30 July 2025 for a total of 36 months. INSTRUCTIONS AND INFORMATION TO OFFERORS: 52.212-1 Instruction to Offerors-- Commercial Items/Services This clause applies in its entirety and there are currently no addenda to the provision. Volume I TECHNICAL PROPOSAL: ATC Preventative Maintenance and Calibration Services to Global� Positioning System (GPS) and Survey Equipment - W91ZLK-22-R-0019. Volume II PRICE: ATC Preventative Maintenance and Calibration Services to Global Positioning System� (GPS) and Survey Equipment - W91ZLK-22-R-0019 Price proposals shall include Firm Fixed Pricing for one (1) base year and two (2) optional years, each a duration of twelve (12)� months. ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-22-R-0019 PROPOSAL FROM� (INSERT COMPANY NAME) Proposal Format: Volume I: Detail Technical Proposal which address all task listed in the PWS not to exceed 15 pages 1. All elements in the Performance Work Statement (Attachment) 2. Technical � Meets all elements of the PWS Meets schedule Meets local base requirements (security and safety) Cleary meets mission requirements Sufficient� past performance (neutral rating of none is provided) Quality Assurance Plan Submission (Attachment) Equipment List (Attachment) Volume Contend Requirements: Executive Summary (Volume I): The Executive Summary shall include a brief summary of the offeror�s� capability and approach to accomplish the requirements of this contract. Include a statement specifying agreement with all terms, conditions, and provisions included in the� RFP or any exceptions. Any exceptions taken to the attachments, exhibits, enclosures, or other RFP� terms, conditions, or documents must be fully explained, however, any such exceptions may be� grounds for the Contracting Officer to reject the proposal from further consideration in the source� selection process before initial evaluation. FACTOR 1: Technical Proposal (Volume I) The Technical Proposal shall contain information on the� Technical Capabilities factor. The Government is not responsible for locating or securing any� information which is not identified in the Proposal. Technical Capabilities Factor: As a minimum, Offerors shall address the following: Offerors shall provide a discussion to describe how they intend to perform the requirements of the� PWS which demonstrates a complete understanding of the PWS requirements. In addition, offerors� shall provide evidence that they can meet the minimum requirements of the PWS. Volume II: Price Proposal 1. Proposed Firm Fixed Price for the Base year and both optional years: See below for schedule of� services. FACTOR 2: Price Proposal (Volume II) Information requested below for inclusion in the Price� Proposal is not intended to be restrictive or all-inclusive. Pricing information shall be addressed� ONLY in the Price Proposal (Volume II) and shall be separated from any technical information being� provided. The Government intends to make award to the Offeror whose proposal is technically� acceptable with the lowest evaluated price (LPTA). The Price Volume shall clearly identify the proposed firm-fixed price unit prices for CLINs 0001,� 1001, 2001. To include the following: ITEM 0001;� � � � 1� � � � � � � � � � � � � � � � � � � �JOB� � � � � � � � � � � � $________ Preventative Maintenance Base Year ITEM 1001;� � � � �1� � � � � � � � � � � � � � � � � � � JOB� � � � � � � � � � � � $_______ Preventative Maintenance Option Year One (1)� � � ITEM 2001;� � � � �1� � � � � � � � � � � � � � � � � � � � JOB� � � � � � � � � � � $________ Preventative Maintenance Option Year Two (2) The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.FAR� 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. The contract 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 in the� submitted proposals. 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 Offeror Representations and Certifications -- Commercial Items. All proposals from responsible sources will be fully considered. Vendors, who are not registered in� the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5� Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial� Items. (DEV) This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the� references may be accessed electronically at this address: www.acquisition.gov: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007)� of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).� 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L.� 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred,� Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013)� (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738� of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of� Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)).� 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O.� 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and� statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).� 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act�Price Adjustment (Multiple Year and� Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this� clause, the Contractor is not required to flow down any FAR clause, other than those in this� paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent� of the flow down shall be as required by the clause� 1. 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110252, Title VI,� Chapter 1 (41 U.S.C. 251 note). 2. 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in� all subcontracts that offer further subcontracting opportunities. If the subcontract (except� subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any� public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer� subcontracting opportunities. 3. 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in� accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 1. 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). 2. 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). 3. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)� (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. 4. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 5. 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 6. 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance,� Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). 7. 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain� Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). 8. 52.222-54, Employment Eligibility Verification (JUL 2012). 9. 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul� 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). 10. 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L.� 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR� clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal� number of additional clauses necessary to satisfy its contractual obligations. 52.217-8 Option to Extend Services (Nov 1999) 52.217-8 -- Option to Extend Services The Government may require continued performance of any services within the limits and at the rates� specified in the contract. These rates may be adjusted only as a result of revisions to prevailing� labor rates provided by the Secretary of Labor. The option provision may be exercised more than� once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting� Officer may exercise the option by written notice to the Contractor at least 30 days before the contract� expires. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer Gregory� Jamison and the Contract Specialist Lesha Jones via email no later than 1500 p.m. Eastern Time,18� May 2022 to lesha.n.jones.civ@army.mil or gregory.j.jamison.civ@army.mil. Responses to this solicitation must be signed, dated, and received no later than 1500 or 3:00� p.m.Eastern Time, 1 June 2022. Responses must be sent by email directly to the Contracting Officer� Gregory Jamison and the Contract Specialist Lesha Jones lesha.n.jones.civ@army.mil� orgregory.j.jamison.civ@army.mil. For questions concerning this solicitation, contact Contracting Officer Gregory Jamison and� theContract Specialist Lesha Jones via email at lesha.n.jones.civ@army.mil or� gregory.j.jamison.civ@army.mil. NO TELEPHONE INQUIRES WILL BE HONORED ATTACHMENTS: Combined Synopsis/solicitation PWS Equipment List Quality Assurance Plan Submission � �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9920ce784bd040e08aeb236c85ec1c99/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06314413-F 20220504/220502230058 (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 |
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.