SOLICITATION NOTICE
Z -- Deionized water and Water Softener systems maintenance
- Notice Date
- 8/19/2022 5:06:02 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-22-R-0028
- Response Due
- 9/7/2022 9:00:00 AM
- Archive Date
- 09/22/2022
- Point of Contact
- Michael Quinlan
- E-Mail Address
-
michael.j.quinlan3.civ@army.mil
(michael.j.quinlan3.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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. The solicitation number for this procurement is W911QY-22-R-0028 and issued as Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) and Defense Federal Regulation Supplement (DFARS). The US Army Natick Soldier Research, Development and Engineering Center (NSRDEC) has a requirement to maintain and service for both a de-ionized water filtration systems & water softening systems at the U.S. Army, Natick Soldier Systems Center (NSSC), General Greene Avenue, Natick, MA. 01760. This requirement is solicited as a total small business set aside using Simplified Acquisition Procedures in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 13 under NAICS code 221310, Water Supply and Irrigation Systems. The small business size standard is $36 Million. Funds are not presently available for this acquisition. The issuance of this solicitation does not commit the Government to make an award. DESCRIPTION OF REQUIREMENT: 1. The Contractor shall provide all labor, material, and equipment necessary to maintain and service for both a de-ionized water filtration systems & water softening systems at the U.S. Army, Natick Soldier Systems Center (NSSC), General Greene Avenue, Natick MA. 01760. See attached statement of work for details. 2. The contract will consist of a one-year Base and four one-year optional ordering periods. The total contract shall not exceed five (5) years. The Base and four optional Ordering Periods consist of the contract line items (CLINs) below. The Offeror shall provide prices for CLINs 0001, 0005, and optional Period of Performance CLINs 1001, 2001, 3001, and 4001 below in its quotation. CLINs 0003, 0004, 1003, 1004, 2003, 2004, 3003, 3004, 4003, and 4004 are Not Separately Priced (NSP). CLINs 0001, 1001, 2001, 3001, 4001 QTY: 1 Job Yearly maintenance on Deionized water and Water Softener systems. (See Sections 25.1 and 25.2 of the Performance Work Statement) Base Year of Contract - _________ per Month First Optional Period of Performance - _________ per Month Second Optional Period of Performance - _________ per Month Third Optional Period of Performance - _________ per Month Four Optional Period of Performance - _________ per Month CLINs 0002, 1002, 2002, 3002, 4002 QTY: 1 Job Repair Maintenance, when authorized by the Contracting Officer. (Price will be requested when repair is needed) 1. Routine Repairs. 2. Repair by Replacement. CLIN may be executed in accordance with the ordering instructions included as part of the terms and conditions of this contract. Quote will be obtained when service is requested. CLIN price shall be negotiated at time of requested Service. CLINs 0003, 1003, 2003, 3003, 4003 QTY: 1 Job Not Separately Priced (NSP) - Reports to be submitted in accordance with Section 1.5.10 of PWS and Contract Data Requirements List A001 - Exhibit A. (The cost of this CLIN is included in above prices CLINs.) CLIN 0004, QTY: 1 Building #36 water softener and carbon filter system, (See Section 24 of the Performance Work Statement)� - Price - ______________. SUBMISSION REQUIREMENTS: The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Failure to include any of the items below may render the Offeror non-responsive. Responses to this announcement shall include: 1. A Firm Fixed Price quote, inclusive of all charges and with FOB Destination shipping terms, for the requirement stated above. The quotation shall not include taxes (tax exempt certificate may be provided to the awardee upon request). The response to this solicitation shall include company name and address, Cage Code, DUNS Number, Point of Contact name and e-mail address, and acknowledgement of amendments to this solicitation (if any). 2. The Offeror shall include with its quote a narrative of no more than 5 pages explaining following: a. Describe how the Deionized water systems in Buildings 3 and 4 will be maintained. b. Describe how the Water Softener Systems Buildings 2, 5 and 36 will be maintained. c. Describe the model and part number of the units for the installation of Building #36 water softener system. e. These shall be submitted with the quotation at no expense to the Government. 3. Completed and signed representations and certifications. As prescribed in DFARS 252.204-7004, interested parties shall be registered with System for Award Management (SAM) under the NAICS 221310. Representations and certifications shall also be on record. These registrations can be done through the System for Award Management (SAM). The Government will not delay award for the purpose of allowing a contractor time to register in SAM. ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA: Award will be made to the responsible (See also DFARS 252.213-7000), responsive Offeror whose offer�conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: price, past performance and technical capability. CLAUSES AND PROVISIONS The following clauses and provisions are incorporated by reference: Provision 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition and Addenda to this clause are contained in the section entitled ""SUBMISSION REQUIREMENTS"" above. Provision 52.212-2 Evaluation -- Commercial Items, applies and specific evaluation criteria to be used are contained in the section ""ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA"" above. Provision 52.212-3 Offeror Representations and Certifications -- Commercial Items Alt 1, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 3 above. The offeror's attention is directed to the requirement to provide country of origin information IAW DFARS 252.225-7000. Clause 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition; and the Product Description/Statement of Work (SOW) and additional terms and conditions below shall be included as addenda to this clause. IAW FAR 52.212-4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019), applies to this acquisition. ADDITIONAL TERMS AND CONDITIONS INCORPORATED � see attached solicitation SUBMISSION OF PROPOSALS: The responses to this solicitation/synopsis shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked in the subject line with the solicitation number, requirement, and the identity of the submitting firm. Quotes may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your quote. Proposals shall be submitted electronically to Michael Quinlan at michael.j.quinlan3.civ@army.mil. All proposals shall be submitted by 12:00 pm EDT on 9/7/2022. Quotes will only be accepted electronically via the e-mail address provided above. It is the Offeror's responsibility to confirm that their proposal submission has been received. Offerors will not be reimbursed for any costs resulting from quotation preparation or costs associated with inquiring about or responding to this solicitation. QUESTIONS -�Questions regarding this acquisition may contact Michael Quinlan at michael.j.quinlan3.civ@army.mil. Attachments: Senior Commander�s environmental policy, NSSC PL 26-2014 SSC-DOC-2.9.4 NSSC Integrated Solid Waste Management Plan, REV 1, Issue Date 30 Aug 2011 NSSC Contractor Access Request Form Performance Work Statement Contract Data Requirements List (CDRL) A001 Wage Determination 05-2255 (Rev.-23)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5d97190430834fad91bdd5ba9836181f/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN06434337-F 20220821/220819230113 (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 |