SOLICITATION NOTICE
J -- Chemical Fume Hood BPA
- Notice Date
- 8/5/2024 6:11:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY24R0017A
- Response Due
- 9/5/2024 12:00:00 PM
- Archive Date
- 09/20/2024
- Point of Contact
- Linnea Jones, Alejandro Ayala
- E-Mail Address
-
meri.l.jones.civ@army.mil, alejandro.ayala.civ@army.mil
(meri.l.jones.civ@army.mil, alejandro.ayala.civ@army.mil)
- Description
- 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. The solicitation is being issued as a Request for Proposal (RFP); solicitation number is W911QY-24-R-0017A. �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-03, effective 23 February 2024. The US Army Combat Capabilities Development Command Soldier Center (DEVCOM SC) has a requirement to establish multiple Blanket Purchase Agreements (BPA) in order to procure chemical fume hood installation and maintenance/repair, including duct work and duct work housed on the roofs, in support of DEVCOM-SC. This solicitation utilizes full and open competition using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 238220 - Plumbing, Heating, and Air-Conditioning Contractors.� The small business size standard is $19,000,000. Description of Requirement: The Contractor shall provide chemical fume hood repair, maintenance and preventive upkeep as further described in Attachment 1 � DEVCOM-SC Chemical Fume Hood Repair and Install PWS. Additional terms and conditions are contained in Attachment 2 - Blanket Purchase Agreement, Attachment 3 - Representations and Certifications, and clauses incorporated by reference or by full text below. Contract Line Item Numbers will be dependent on individual Calls issued under the resultant BPA. The intention of the Government is to award multiple BPAs to responsible firms that demonstrate a capability to provide the requested items. �The Government reserves the right to Award no BPAs from this combined synopsis/solicitation as determined to be in the Government�s best interest. �BPAs do not obligate any funds and are not binding contracts. �The Government will be obligated only to the extent that authorized BPA Calls are actually made under these agreements. BPAs will be evaluated annually and may remain in place for up to three (3) years. �The total maximum amount per BPA awarded under this solicitation is $125,000.00 for the total three-year duration. �No individual BPA Call will exceed the amount of $125,000.00. �The establishment of a BPA does not imply any agreement on the part of the Government to place future Calls with the BPA holder. �The Government makes no representation as to the number of Calls or actual amount of items to be ordered. Calls for maintenance made against any BPA(s) awarded under this solicitation will be competed among all BPA holders. �BPA Holders will be notified electronically of new Call/RFQ requirements through the issuance of a Call or RFQ e-mail from either the Contracting Officer or authorized Ordering Officer. Failure to submit a complete and timely response to a BPA Call/Request for Quote (RFQ) may result in it being determined non-responsive to the Call/RFQ. The Government reserves the right to set aside any Call/RFQ requirement to any Small Business BPA Holder(s). The Government reserves the right to exclude any BPA Holder due to lack of satisfactory performance on prior BPA Calls.� The Government reserves the right to issue Calls and/or Call modifications directly to BPA holders for follow-on work related to or resulting from previous maintenance already conducted. Submission Requirements: The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. �Proposals should be prepared simply and provide concise description of capabilities to satisfactorily perform all requirements. Responses to this announcement shall include: A letter, signed by an authorized official of the Offeror, submitting the proposal and containing company name and address, Cage Code, Unique Entity ID (UID) Number, TIN, business size and type (i.e., large, small, small and disadvantaged, 8(a)certified, woman-owned small, HUB Zone certified small, or service disabled veteran-owned small business) for the applicable NAICS code, and Point of Contact information.� The letter shall also include acknowledgement of amendments, if any, to this solicitation. A narrative, limited to 10 pages, explaining your ability to provide the items described in the DEVCOM-SC Chemical Fume Hood Repair and Install PWS (Attachment 1) including relevant past performance information. The narrative shall also include the following: Three (3) past performance references for related procurements within the last five (5) years to include: Contract number, title, and brief description; Name, e-mail address, and telephone number of requiring activity POC; Name, e-mail address, and telephone number of the Government Contracting Officer; Contract type and Period of performance; Awarded price/cost and Final, or projected final, price/cost. Current price list containing prices for each of the items specifically identified in the Performance Work Statement.� Offeror is encouraged to also submit their current standard commercial price list for other related items not listed in the Performance Work Statement, especially for any items that may be applicable to the Performance Work Statement requirements. Warranty information. Completed and signed representations and certifications (Attachment 3). As prescribed in DFARS 252.204-7007, interested parties must be registered with System for Award Management (SAM) under the NAICS 238220. Representations and certifications must also be on record. �These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov. �Interested parties must also be current with VETS-4212 filings (see FAR 22.13).� Contractors are encouraged to complete SAM registration and VETS-4212 filings as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM or file their VETS-4212. The responses to this combined synopsis/solicitation shall be submitted VIA E-MAIL ONLY. �Ensure that the e-mail is clearly marked to indicate its contents, the solicitation number, and the identity of the firm submitting. �Proposals may be submitted in Word or PDF format only. �DO NOT include links to websites in lieu of incorporating information into your proposal. Evaluation Criteria: BASIS FOR AWARD: Award will be made to the responsible vendor(s) that represent Best Value to the Government. �The Government intends to evaluate submittals and award each BPA without discussions. �The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Factors that shall be used to determine Best Value, in order of importance are as follows: �Technical Requirements, Past Performance, and Price.� These factors are further described below: Technical Requirements: The Offeror must be able to prove that they have the ability to provide the required ability to install and maintain/repair chemical fume hoods, including duct work and duct work housed on the roofs.� The Offeror must be able to provide, at a minimum, all of the requirements of the DEVCOM-SC Chemical Fume Hood Repair and Install PWS. � Past Performance:� The Government will evaluate the Offeror�s record of past performance in work relevant to the type as called for in the DEVCOM-SC Chemical Fume Hood Repair and Install PWS.� Offerors are advised that, in addition to the Past Performance information requested in the Submission Requirements above, the Government may obtain Past Performance information from interviews/questionnaires tailored to the circumstances of this acquisition and/or any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract� Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials; and the Defense Contract Management Agency. Price:� The Government will evaluate the pricing proposed by the Offeror for fairness and reasonableness based upon comparative pricing received from other offerors and upon the Government�s knowledge of and previous experience with these items.� The Contracting Officer may only award BPAs to responsible organizations whose proposals conform to this combined synopsis/solicitation and offer the best overall value to the Government. �Any Offeror�s proposal that merely offers to perform work according to the terms of the solicitation or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non-responsive. Clauses and Provisions: The following clauses and provisions are incorporated by reference: Provision 52.212-1, Instructions to Offerors � Commercial Items, 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 �EVALUATION CRITERIA� above. Provision 52.212-3 Offeror Representations and Certifications � Commercial Items, Alt I, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 4 above. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this solicitation. The DEVCOM-SC Chemical Fume Hood Repair and Install PWS, Blanket Purchase Agreement, 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), shall also incorporated by reference into any resultant Agreement. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and is incorporated by reference into this solicitation.� The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) 52.203-13 Contractor Code of Business Ethics and Conduct (Nov 2021) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) 52.219-8 Utilization of Small Business Concerns (Feb 2024) 52.219-14 Limitations on Subcontracting (Oct 2022) 52.219-28 Post Award Small Business Program Representation (Feb 2024) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024) 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 Veterans (Jun 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 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) Additional Terms and Conditions incorporated by reference: 52.203-3 Gratuities (Apr 1984) 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2020) 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) 52.204-17 Ownership or Control of Offeror (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20 Predecessor of Offeror (Aug 2020) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.209-7 Information Regarding Responsibility Matters (Oct 2018) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016) 52.232-8 Discounts For Prompt Payment (Feb 2002) 52.232-23 (Alt I) Assignment of Claims (May 2014) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.247-34 F.O.B. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998) 52.252-5 Authorized Deviations in Provisions (Nov 2020) 52.252-6 Authorized Deviations in Clauses (Nov 2020) 52.253-1 Computer Generated Forms (Jan 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) 252.204-7000 Disclosure of Information (Oct 2016) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) 255.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) 252.204-7024 Notice on the Use of the Supplier Performance Risk System (Mar 2023) 252.205-7000 Provision of Information to Cooperative Agreement Holders (Jun 2023) 252.211-7003 Item Identification and Valuation (Jan 2023) 252.215-7007 Notice of Intent to Resolicit (Jun 2012) 252.215-7008 Only One Offer (Dec 2022) 252.215-7010 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (Jan 2023) 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023) 252.225-7001 Buy American And Balance Of Payments Program--Basic (Feb 2024) 252.225-7002 Qualifying Country Sources As Subcontractors (Mar 2022) 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (Dec 2018) 252.225-7012 Preference for Certain Domestic Commodities (Apr 2022) 252.225-7048 Export-Controlled Items (Jun 2013) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023) 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation (Jun 2023) 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jun 2023) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) (May 2020) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) (May 2020) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Jan 2023) 252.227-7015 Technical Data�Commercial Items (Mar 2023) 252.227-7037 Validation of Restrictive Markings on Technical Data (Jan 2023) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Work Flow Payment Instructions (Jan 2023) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing Of Contract Modifications (Dec 1991) 252.243-7002 Requests for Equitable Adjustment (Dec 2022) 252.244-7000 Subcontracts for Commercial Items (Nov 2023) 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System (Jan 2023) 252.247-7023 Transportation by Sea (Jan 2023) This solicitation incorporates one or more clauses by reference. The full text of a clause may be accessed electronically at: https://www.acquisition.gov/ SUBMISSION OF PROPOSALS: Proposals shall be submitted electronically to Linnea Jones at meri.l.jones.civ@army.mil AND Alejandro Ayala at alejandro.ayala.civ@army.mil. �All proposals shall be submitted by 1500 EST (3:00 PM) on �5 September 2024. **Proposals will only be accepted electronically via the e-mail addresses provided above.� It is the Offeror�s responsibility to confirm that their proposal submission has been received. QUESTIONS: All questions related to this solicitation shall be submitted in writing not later than 26 August 2024 by 1500 EST to Linnea Jones at meri.l.jones.civ@army.mil AND Alejandro Ayala at alejandro.ayala.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/14d2d72b03b143929e4de38f44a0152d/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN07156193-F 20240807/240805230115 (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 |