SOLICITATION NOTICE
34 -- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS SMALL BUSINESS SET-ASIDE (SBSA) quantity four (4) Metal Inert Gas (MIG) Welders, quantity one (1) Tungsten Inert Gas (TIG) Welder quantity two (2) Truck Mounted Welders with monthly preventative maintenance
- Notice Date
- 4/23/2024 10:50:57 AM
- Notice Type
- Solicitation
- NAICS
- 333992
— Welding and Soldering Equipment Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX24R0013
- Response Due
- 5/1/2024 8:59:00 AM
- Archive Date
- 05/16/2024
- Point of Contact
- Alex Gilliam, Phone: 3013941203, Douglas Dennard, Phone: 3013943371
- E-Mail Address
-
alex.p.gilliam.ctr@army.mil, douglas.c.dennard.civ@army.mil
(alex.p.gilliam.ctr@army.mil, douglas.c.dennard.civ@army.mil)
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1.� Class Code: 34 2.� NAICS Code:� 333992 3.� Subject:� The US Army Research Laboratory (ARL) Army Research Directorate requires quantity four (4) Metal Inert Gas (MIG) Welders, quantity one (1) Tungsten Inert Gas (TIG) Welder quantity two (2) Truck Mounted Welders, monthly preventative maintenance, and repair services on the machines, which includes 24-hour real-time onsite repair and maintenance of these seven (7) machines. 4.� Solicitation Number: W911QX24R0013 5.� Set-Aside Code: SMALL BUSINESS SET-ASIDE (SBSA) Note: �A Non-Manufacturers Rule (NMR) Indidvidual Waiver Request form has been approved by the SBA, any small business (SB) reseller(s) may provide the item of ANY manufacturer.� Notice that an individual waiver has been granted and potential offerors should be aware of the specific item(s) covered. 13 C.F.R. � 121.1206. The effect of this waiver is to allow an otherwise qualified small business to supply the item of an other-than-small manufacturer or processor on this intended small business set-aside contract. This waiver of the NMR does not waive other legal requirements applicable to Government procurements, such as the Buy American Act and the Trade Agreements Act. 6.� Response Date: 01 May 2024 7.� Place of Delivery/Performance:� U.S. Army Research Laboratory 6375 Johnson Road, building 321, Aberdeen Proving Groun (APG), 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 W911QX24R0013.� This acquisition is issued as an Request for Quote (RFQ). ������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. ������������������� (iv)� This acquisition is set-aside for Small Business Set Aside (SBSA).� The associated NAICS code is 333992.� The small business size standard is 1,250 employees. ������������������� (v)�� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):� CLIN 0001 FOUR (4) EACH - The Contractor shall provide four (4) Metal Inert Gas (MIG) Welders� that includes monthly preventative maintenance, and repair services on the machines, which includes 24-hour real-time onsite repair and maintenance. CLIN 0002 ONE (1) EACH - The Contractor shall provide one (1) Tungsten Inert Gas (TIG) Welder that includes monthly preventative maintenance, and repair services on the machines, which includes 24-hour real-time onsite repair and maintenance. CLIN 0003 TWO (2) EACH - The Contractor shall provide two (2) Truck Mounted Welders that includes monthly preventative maintenance, and repair services on the machines, which includes 24-hour real-time onsite repair and maintenance. ������������������� (vi) �Description of requirements: Quantity four (4) Metal Inert Gas (MIG) Welders, quantity one (1) Tungsten Inert Gas (TIG) Welder quantity two (2) Truck Mounted Welders, monthly preventative maintenance, and repair services on the machines, which includes 24-hour real-time onsite repair and maintenance of these seven (7) machines. ������������������� (vii) Delivery is required by two (2) weeks After Receipt of Order (ARO). Delivery shall be made to 6375 Johnson Road, building 321, Aberdeen Proving Ground 21005. �Acceptance shall be performed at 6375 Johnson Road, building 321, Aberdeen Proving Ground 21005.� The FOB point is Destination. ������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: NONE ������������������� (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.� Technical Acceptability: The technical acceptability element of the evaluation will be a determination as to whether the proposed product 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.� 1.������ 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 the offeror, as well as any other past performance information the Government obtains. The offeror shall submit one (1) records of past performance from the past 12 months with their offer. 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�. 2.������ Price (include in all instances): Price will be evaluated based on the total proposed price, including options, (if any). Price Technical Capabilities/Specification Past Performance ������������������� (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 (JUN 2020) 52.204-19 INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2020) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAR 2023) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (NOV 2023) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 �EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-50 COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020) 52.225-13 �RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) ������������������� (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): 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-27 PROHIBITION ON BYTEDANCE COVERED APPLICATION (Jun 2023) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (JAN 2023) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JAN 2023) 252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) 252.225-7048 EXPORT-CONTROLLED ITEMS (JUNE 2013) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT AT-OPSEC REQUIREMENTS DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERTIFICATE (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � ALC DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS ������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A ��������� (xv)� The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due 01 May 2024 by 11:59 AM ET, by email to Contract Specialist Douglas Dennard douglas.c.dennard.civ@army.mil or Acquisition Specialist, Alex Gilliam alex.p.gilliam.ctr@army.mil ������������������� (xvii)� For information regarding this solicitation, please Contract Specialist Douglas Dennard douglas.c.dennard.civ@army.mil or Acquisition Specialist, Alex Gilliam alex.p.gilliam.ctr@army.mil Contracting Officer: �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/527fc6d2cc82425cb3fccf52fdb08ce8/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07039922-F 20240425/240423230050 (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 |