PREVENTIVE AND CORRECTIVE MAINTENANCE SERVICES ON GOVERNMENT OWNED MACHINING AND WELDING EQUIPMENT

expired opportunity(Expired)
From: Federal Government(Federal)
W91ZLK-20-R-0012

Basic Details

started - 18 Jun, 2020 (about 3 years ago)

Start Date

18 Jun, 2020 (about 3 years ago)
due - 22 Jun, 2020 (about 3 years ago)

Due Date

22 Jun, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W91ZLK-20-R-0012

Identifier

W91ZLK-20-R-0012
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698488)DEPT OF THE ARMY (131657)AMC (72091)ACC (74428)ACC-CTRS (32603)ACC-APG (10624)W6QK ACC-APG DIR (1093)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (7)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

UPDATED PWS 6/16/20Q&A Posted 5/27/20 / 6/16/20Soliciation number:  W91ZLK-20-R-0012“Preventive and corrective maintenance services on government owned machining and welding equipment”, ABERDEEN PROVING GROUND, MD  21005 Combined Synopsis/Solicitation - This is a combined synopsis/solicitation for preventive and corrective maintenance services on government owned machining and welding equipment 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) 05-81 (10 April 2015).The applicable North American Industry Classification System (NAICS) Code is 811310 Commercial and Industrial Machinery and Equipment Repair and Maintenance Small Business Size Standard 8 Million. The government contemplates award of
a Firm-Fixed Price. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Test Program for Certain Commercial Items. Contractor shall provide a price to perform the requirements of the attached Performance work Statement (PWS) using the price schedule. This is a request for quotation (RFQ). See Performance Work Statement for contract requirement details.Description of Requirement: This is a non-personal services contract.  This contract is to provide preventive and corrective maintenance services on government owned machining and welding equipment. Please see the attached Performance work Statement (PWS) for further details.Instructions for Offerors: Offerors shall submit proposals in accordance with the structure below. Please see the attached, “Instructions to Offerors” for further details on proposal requirements. Partial quotes will not be evaluated by the Government. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements. Acceptance shall be at destination. Shipping shall be destination. Performance of services will be at Aberdeen Proving Ground, MD. All contractor representatives needing access to the installation shall be US Citizens.Factor 1 Technical CapabilityFactor 2 Past PerformanceFactor 3 Price (Please complete Vendor Bid Schedule Attachment)Please see attachment entitled “Instruction to Offerors” for further details.Provide the Government detailed information on the following: a. Point of contact name and contact information, CAGE code, DUNS number, and TINb. Contractor quotes must specifically address each CLIN listed in accordance with the PWS.Partial quotes will not be evaluated by the Government.Please submit bids in the following format:BASE YEAR CLIN 0001: Labor to perform 485 hours of Preventative Maintenance and Remedial Repair on equipment listed in Attachments 1 and 2 annually.  _______________ $/hr rate.CLIN 0002: Materials. Set by Government at $63,800 annually. Not To Exceed.CLIN 0003: Labor to perform 40 hours of Emergency Repair annually on equipment listed in Attachment 1 and 2, annually. _______________ $/hr rateCLIN 0004: CMRA Not Separately priced Cost for Providing Accounting for Contract Services -ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost for this CLIN will be $0.00 and Not Separately Priced (NSP).  Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil.OPTION 1CLIN 1001: Labor to perform 485 hours of Preventative Maintenance and Remedial Repair on equipment listed in Attachments 1 and 2 annually.  _______________ $/hr rate.CLIN 1002: Materials. Set by Government at $63,800 annually. Not To Exceed.CLIN 1003: Labor to perform 40 hours of Emergency Repair annualy on equipment listed in Attachment 1 and 2, annually. _______________ $/hr rateCLIN 1004: CMRA Not Separately priced Cost for Providing Accounting for Contract Services -ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost for this CLIN will be $0.00 and Not Separately Priced (NSP).  Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. OPTION 2CLIN 2001: Labor to perform 485 hours of Preventative Maintenance and Remedial Repair on equipment listed in Attachments 1 and 2 annually.  _______________ $/hr rate.CLIN 2002: Materials. Set by Government at $63,800 annually. Not To Exceed.CLIN 2003: Labor to perform 40 hours of Emergency Repair annually on equipment listed in Attachment 1 and 2, annually. _______________ $/hr rateCLIN 2004: CMRA Not Separately priced Cost for Providing Accounting for Contract Services -ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost for this CLIN will be $0.00 and Not Separately Priced (NSP).  Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil.INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions.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 ItemsThe 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. TheGovernment 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 Services52.217-9 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 provisionsThe 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 SeaEXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USETAX (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: http://farsite.hill.af.mil.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 theGAO. 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 CommandOffice of Command Counsel-Deputy Command Counsel 4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000Phone: (256) 450-8165Fax: (256) 450-8840E-mail: amcprotests@conus.army.milThe 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 MUST BE SUBMITTED no later than 12:01P.M. EST, 12 June 2020. Please submit questions to Mr. Gregory Jamison, via email at Gregory.j.jamison.civ@mail.mil or Mr. Rob Rogers, via email at Robert.j.rogers41.civ@mail.mil.ALL Firm Fixed Price (FFP) Proposals must be signed, dated, and received by 12:01 P.M. EST, 22 June 2020 via email Gregory Jamison, at the following email: Gregory.j.jamison.civ@mail.mil or Mr. Rob Rogers, via email at Robert.j.rogers41.civ@mail.mil.   All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov.Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer.For questions concerning this solicitation contact Mr. Gregory J Jamison via email at Gregory.j.jamison.civ@mail.mil or Mr. Rob Rogers, via email at Robert.j.rogers41.civ@mail.mil.NO TELEPHONE REQUESTS WILL BE HONORED.

Aberdeen Proving Ground ,
 MD  21005  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : ABER PROV GRD

You may also like

WATERS CORPORATION SERVICE LEVEL AGREEMENT FOR GOVERNMENT OWNED LABORATORY EQUIPMENT.

Due: 30 Apr, 2028 (in about 4 years)Agency: ENVIRONMENTAL PROTECTION AGENCY

PREVENTIVE AND CORRECTIVE MAINTENANCE SERVICES FOR VACHS COBAS B221 BLOOD GAS ANALYZERS

Due: 14 May, 2025 (in 13 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

RFR 222831, Preventive Maintenance, Service Contracts and Repairs

Due: 30 Jun, 2031 (in about 7 years)Agency: State of Massachusetts

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 811310Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
pscCode J034Maintenance, Repair and Rebuilding of Equipment: Metalworking Machinery