Calibration and Repair of Radiac Instruments
Calibration and Repair Services for Government- Owned Radiac Instruments Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the fo... Calibration and Repair Services for Government- Owned Radiac Instruments 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; quotes 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 requirement is W91ZLK-22-R-0018. This requirement is being procured as 100% small business set aside. The applicable North American Industry Classification System (NAICS) Code is 334519 - Other Measuring and Controlling Device Manufacturing which have a small business size standards of 500 employees. The objective of this contract for the Contractor shall provide all personnel, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personnel services necessary to provide calibration and repair services for Government owned Radiac Instruments. The contractor is to provide the Government with an efficient and responsive means to receive calibration and repair services to a multitude of Radiac Instruments. The Government contemplates a Firm-Fixed Price (FFP) award. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Test Program for Certain Commercial Items. Proposals shall be evaluated using the Lowest Price Technically Acceptable (LPTA) selection process. Description of Requirement: This is non-personal services contract to provide calibration and repair of government owned Radiac Instruments to support the Aberdeen Test Center (ATC). The Government shall not exercise any supervision or control over the contract service provider performing services herein. Place of Performance: Performance shall take place at the Contactor's facility or an appropriate facility. Travel to and from ATC for pick-up and delivery of Radiac Instruments shall be included. Contractor is responsible for providing services to pick up and drop off all instruments. Please see the attached Performance Work Statement (PWS) for further details. 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 Calibration and Repair of Radiac Instruments - W91ZLK- 22-R-0018. Volume II PRICE: ATC Calibration and Repair of Radiac Instruments - W91ZLK-22-R-0018 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-0018 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) 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). Factor 1- The Contractor shall provide a statement they possess all required equipment, materials and qualified personnel to perform work described in the PWS. Factor 2 - Price - Please provide a cost for CLIN’s 0001, 1001, and 2001. CLIN 0001 Base Year 1 JOB $ Calibration and repair Radiac Instrument FFP Contractor will provide services as outlined in the PWS and for the equipment specified on the Equipment List. CLIN 1001 1 JOB $ Option Year One Calibration and repair radiac instrument FFP Contractor will provide services as outlined in the PWS and for the equipment specified on the Equipment List. CLIN 2001 1 JOB $ Option Year Two Calibration and repair Radiac Instruments FFP Contractor will provide services as outlined in the PWS and for the equipment specified on the Equipment List. The following provisions and clauses will be incorporated by reference: • 52.204-7 System for Award Management • 52.204-9 Personal Identity Verification of Contractor Personnel • 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). • 52.204-13 System for Award Management Maintenance • 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation • 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013) • 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations • 52.212-1 Instruction to Offerors Commercial Items • 52.212-2, Evaluation Commercial Items The contractor 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. 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 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. • 52.212-4 Contract Terms and Conditions Commercial Items. • 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. (DEVIATION 2013-00019). 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract • 52.219-1, Small Business Program Representation • 52.219-6, Notice of Total Small Business Set-Aside • 52.219-28, Post Award Small Business Program Re-representation (JUL 2013). • 52.222-3, Convict Labor (June 2003). • 52.222-21 Prohibition of Segregated Facilities • 52.222-22 Previous Contracts and Compliance Reports • 52.222-26 Equal Opportunity • 52.222-36 Affirmative Action for Workers with Disabilities • 52.222-42 Statement for Equivalent Rates for Federal Hires • 52.222-50 Combating Trafficking in Persons • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-13 Restrictions on Certain Foreign Purchase • 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran - Representations and Certifications • 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). • 52.232-39 Unenforceability of Unauthorized Payments • 52.232-40 Providing Accelerated Payments to Small Business Subcontractors • 52.233-1 Disputes • 52.233-3 Protest after Award • 52.233-4 Applicable Law for Breach of Contract Claim • 52.237-1 Site visit • 52.237-2 Protection of Government Buildings, Equipment, & Vegetation • 52.243-1 Alternate I Changes - Fixed Price • 52.252-1 Solicitation Provisions Incorporated by reference • 52.252-5 Authorized Deviations in provisions The following additional DFAR clauses cited in the clause are applicable: • 252.212-7000, Offeror Representations and Certifications Commercial Items • 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) • 252.203-3 Gratuities • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials • 252.203-7003 Agency Office of the Inspector General • 252.211-7003 Item Identification and Valuation • 252.225-7001 Buy America and Balance of Payment Program • 252.225-7008 Restriction on Acquisition of Specialty Metals • 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals • 252.225-7012 Preference for Certain Domestic Commodities • 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools • 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings • 252.225-7021 Trade Agreements • 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program • 252.227-7015 Technical Data-Commercial Items • 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable • 252.225-7038 Restriction on Acquisition of Air Circuit Breakers • 252.232-7003 Electronic Submission of Payment Requests • 252-247-7023 Transportation of Supplies by Sea • 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: www.acquisition.gov. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures. 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, 15 July 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, 25 July 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 or gregory.j.jamison.civ@army.mil. For questions concerning this solicitation, contact Contracting Officer Gregory Jamison and the Contract 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 Exhibit 1 Radiac Equipment List PWS
Data sourced from SAM.gov.
View Official Posting »