Federal Bid

Last Updated on 08 Jun 2021 at 7 PM
Combined Synopsis/Solicitation
Aberdeen proving ground Maryland

Accelerated Vehicle Durability Simulator Bedplates

Solicitation ID W91ZLK-21-R-0024
Posted Date 08 Jun 2021 at 7 PM
Archive Date 24 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W6qk Acc-Apg Dir
Agency Department Of Defense
Location Aberdeen proving ground Maryland United states 21005

COMBINED SYNOPSIS SOLICITATION

W91ZLK-21-R-0023

Accelerated Vehicle Durability Simulator Bedplates

8 June 2021

 

ABERDEEN TEST CENTER (ATC)

ABERDEEN PROVING GROUND MD, 21005

 

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) 05-81 (10 April 2015). The solicitation number for this requirement is W91ZLK-21-R-0023. This requirement is an OPEN COMPETITIVE AWARD. The applicable North American Industry Classification System (NAICS) Code is 331110 Iron and Steel Mills and Ferroalloy Manufacturing and the Small Business Size Standard 1500 employees. This requirement is to provide Accelerated Vehicle Durability Simulator Bedplates. The Government contemplates award of a Firm-Fixed Price (FFP) contract. 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 a non-personal services contract.  This contract is to provide Accelerated Vehicle Durability Simulator Bedplates for ATC at Aberdeen Proving Ground.  Please see the attached Performance Work Statement (PWS) for further details. The Government shall not exercise any supervision or control over the contract service provider performing the services. The contractor shall provide all personnel, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the requirements of the PWS.

Instructions for Offerors: Offerors shall submit proposals in accordance with the structure below. Please see the attached Instructions of 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.

Factor 1 Technical Capability

Factor 2 Past Performance

Factor 3 Price

Please see attachment entitled “Instruction to Offerors” for further details.

CLIN 0001: Bedplate Requirements for B385 (CLIN 0001)

The vendor will furnish and install bedplates on the inertial mass as outlined in the document labeled as CLIN001 - B385 Inertial Mass Structural Drawings.pdf.

Firm Fixed Price (FFP)

Period of Performance (POP): 15 July 2021 to 15 February 2022.

Reference the attached Performance Statement of Work.


CLIN 0002: Bedplate Installation Requirements for B385 (CLIN 0002):

Installation and leveling of the base plates

Firm Fixed Price (FFP)

Period of Performance (POP): 15 July 2021 to 15 February 2022.

Reference the attached Performance Statement of Work.

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 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:  https://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: [email protected]
    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 MUST BE SUBMITTED no later than 12:01PM. EST, 29 June 2021. Please submit questions Mr. Gregory Jamison, via email at [email protected]  and [email protected].
     
    ALL Firm Fixed Price (FFP) Proposals must be signed, dated, and received by 12:01 P.M. EST, 09 July 2021 via email Gregory Jamison, at the following email: [email protected] and [email protected]
     
    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 [email protected] and [email protected]
     
     

NO TELEPHONE REQUESTS WILL BE HONORED.

Bid Protests Not Available

Similar Past Bids

Aberdeen proving ground Maryland 03 Jun 2021 at 10 AM
Aberdeen proving ground Maryland 11 Mar 2021 at 12 PM
Aberdeen proving ground Maryland 30 Mar 2021 at 11 PM
Aberdeen proving ground Maryland 01 Apr 2021 at 4 PM
Indiana Not Specified

Similar Opportunities

Washington District of columbia 28 Oct 2029 at 4 PM
Edinburg Texas 27 Jul 2025 at 4 AM
Philadelphia Pennsylvania 21 Jul 2025 at 7 PM
Philadelphia Pennsylvania 21 Jul 2025 at 7 PM