Equipment Maintenance of Welding/Cutting Machines, Repair Service, NIST Calibration and Supply of Industrial Gases

From: Federal Government(Federal)
W91ZLK-24-R-0017

Basic Details

started - 04 Apr, 2024 (29 days ago)

Start Date

04 Apr, 2024 (29 days ago)
due - 06 May, 2024 (in 2 days)

Due Date

06 May, 2024 (in 2 days)
Bid Notification

Type

Bid Notification
W91ZLK-24-R-0017

Identifier

W91ZLK-24-R-0017
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710881)DEPT OF THE ARMY (133357)AMC (72708)ACC (75092)ACC-CTRS (32952)ACC-APG (10736)W6QK ACC-APG DIR (1101)

Attachments (4)

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.

Equipment Maintenance of Welding/Cutting Machines, Repair Service, NIST Calibration and Supply of Industrial GasesW91ZLK-24-R-0017Combined Synopsis/SolicitationThis 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) 2024-02 (22 December 2023).The solicitation number for this requirement is W91ZLK-24-R-0017. This requirement has been deemed full and Open Competition open to all businesses under the associated North American Industry Classification System (NAICS) Code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Government contemplates the award of a
Firm-Fixed-Price (FFP) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. Contractor shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the schedule of services attached. This procurement will be evaluated as lowest price technically acceptable for the procurement of the following services:Equipment Maintenance of Welding/Cutting Machines for Chemical Biological Center (CBC) for a Base Period of (12 month plus 2 one-year option periods). This is a non-personal service contract. The contractor shall provide on-site preventive maintenance and repair service for all equipment specified in the Performance Work Statement. Equipment is to be calibrated on site annually to NIST standards during the annual preventative maintenance services.Additional details are located within the attached Performance Work Statement (PWS). Place of performance shall be concentrated onsite at Building E4301, Gunpowder Maryland 21010.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. All proposals from responsible sources will be considered. Offerors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Offerors may register with SAM by calling 1-866-606-8220 or online at www.beta.sam.gov.Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions. Therefore, proposals shall represent the best and final offer of the Contractor.All proposals shall be submitted via email with the subject line:W91ZLK-24-R-0017 PROPOSAL FROM (INSERT COMPANY NAME)Proposals shall be submitted in two (2) separate volumes labeled:Volume I: Equipment Maintenance W91ZLK-24-R-0017 TECHNICAL ProposalVolume II: Equipment Maintenance W91ZLK-24-R-0017 PRICE ProposalFormattingSingle space textDouble space paragraphs12-point minimum fontArial or Times New Roman Fonts only. Table/illustrations 8-point min and landscape is acceptable.Margins: All margins 1 inchHeader and footer: 1.5 inchesPage Size: Width 8.5 inches and Heigh 11 inches (11 X 17 folded pages are acceptable for table/graphic representations; however, each 11 X 17-page counts as two pages)Page limitations: Volume I – 10-page limit and Volume II – 2 Pages using attached Schedule of ServicesCover Page: Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension if applicable. (Single cover page not included in page limitations)NOTE: Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government. Note: Offerors shall complete: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Feb 2021); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020); and 52.204-26, Covered Telecommunications Equipment or Services-Representation. (OCT 2020 on www.beta.sam.gov or provide a completed copy of the clauses with the proposal)All information shall be confined to the appropriate volume. The Offeror shall confine all submissions to essential matters and sufficient to define the proposal in a concise manner, to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. The following shall be included in the volumes:Volume I: Technical/Management Proposal, to be evaluated by the following factors:Technical Approach: The offeror’s proposal shall adequately describe and present a clear understanding of the requirements specified in the Performance Work Statement (PWS). To be rated as acceptable, offerors must demonstrate the offeror’s approach for meeting all of the requirements specified in the PWS. Volume II: Price ProposalProposed Firm Fixed Price for the Base Year and Two Option Years, using the Attached Schedule of Services. Contractor to provide a single price per year for the maintenance portion of the requirement. A separate not to exceed contract line item is established at the Government’s discretion for the supply of welding and industrial gases.BASIS FOR AWARD:The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced. To receive consideration for an award, an “Acceptable” rating must be achieved for all the non-cost evaluation factors: Technical Approach. Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques. Price will be the determining factor for proposals rated as acceptable for the non-cost factors. Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the proposal will result in a fair and reasonable price.SUBMISSION PROCEDURES:All questions regarding this solicitation must be submitted to the Contract Specialist’s Christine Orr and Ike Wright; via email no later than 1600 or 4:00 P.M. Eastern Time, 18 April 2024 to christine.n.orr.civ@army.mil and ike.a.wright2.civ@army.mil.All questions will be answered via an amendment to the solicitation on sam.gov.Responses to this solicitation must be signed, dated, and received no later than 1600 or 4:00 P.M.: Eastern Time, 06 May 2024. Responses must be sent by email directly to the Contracting Officer Gregory Jamison at Gregory.j.jamison.civ@army.mil and Contract Specialist’s, Christine Orr at christine.n.orr.civ@army.mil and Ike Wright, at ike.a.wright2.civ@army.mil.TELEPHONE REQUESTS WILL NOT BE HONORED. LIST OF ATTACHMENTS:Attachment 1 - Combined Synopsis/SolicitationAttachment 2 – Performance Work Statement Attachment 3 – Schedule of Services Attachment 4 – Contract Provisions and Clauses

Aberdeen Proving Ground ,
 MD  21005  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : ABER PROV GRD

Office Address : KO DIRECTORATE OF CONTRACTIN 6565 SURVEILLANCE LOOP ABER PROV GRD , MD 21005-3013 USA

Country : United StatesState : Maryland

You may also like

MAINTENANCE AND REPAIR SERVICES DXD EQUIPMENT

Due: 30 Sep, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

MAINTENANCE AND REPAIR SERVICES TOSHIBA CT EQUIPMENT

Due: 25 Sep, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

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