This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-92, effective 12 November 2016. The North American Industry Classification Standard (NAICS) code is 811219-Other Electronic and Precision Equipment Repair and Maintenance. The Government contemplates the award of a Firm-Fixed (FFP) purchase order. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. Contractor shall see the requirements of the attached Performance Work Statement (PWS).
See attached Performance Work Statement for contract requirement details in reference to the ADPE Maintenance Services
INSTRUCTIONS AND INFORMATION TO OFFERORS:
Place of Performance shall be at 2400 21st Street Aberdeen Proving Ground (APG), MD 21010-5424.
The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.
The technical evaluation will be a determination based on information furnished by the Contractor. 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.
The Government will evaluate the offerors technical proposal for the following: Previous experience with calibration as well as making repairs on all seventeen (17) brands of autoclaves; prior experience on obtaining parts and prior experience with entering, working in and exiting a biosafety level 3 laboratory. The Government will evaluate the offeror's past performance for demonstrated recent and relevant record of performance in providing services that meet the contract requirements.
The Government will evaluate the price proposal for award purposes by adding the total of all CLIN prices, including all options by using price analysis techniques described in FAR 15.404-1(b).
The offeror shall include a point of contact name and contact information, company CAGE code, DUNS number, and TIN.
Partial quotes will not be evaluated by the Government.
SUBMISSION PROCEDURES:
All questions regarding this solicitation must be submitted to the Contract Specialist via email no later than 12:00 p.m. Eastern Time, 08 December 2016, to [email protected]
Responses to this solicitation must be signed, dated, and received no later than 12:00 p.m. Eastern Time, 14 December 2016. Responses must be sent by email directly to the Contract Specialist, Charrissa Stancell, at [email protected].
All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at 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.
FAR 52.252-1 - Solicitation Provisions Incorporated by Reference.
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil
The following clauses and provisions are incorporated by reference:
FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I
FAR 52.204-7, System for Award Management
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13, System for Award Management Maintenance
FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment
FAR 52.212-1, Instructions to Offerors- Commercial Items
FAR 52.212-2, Evaluation- Commercial Items
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial
Items (Deviation 2013-O0019)
FAR 52.217-5, Evaluation of Options
FAR 52.217-8, Option to Extend Services
FAR 52.217-9, Option to Extend the Term of the Contract
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-8, Utilization of Small Business Concerns
FAR 52.219-13, Notice of Set-Aside of Orders
FAR 52.219-14, Limitations on Subcontracting
FAR 52.219-28, Post-Award Small Business Program Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to
Iran-Representation and Certifications
FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.233-1, Disputes
FAR 52.233-2, Service of Protest
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.237-1, Site Visit
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation
FAR 52.239-1, Privacy or Security Safeguards
FAR 52.243-1, Changes- Fixed Price, Alternate I
FAR 52.247-34, FOB- Destination
FAR 52.249-8, Default (Fixed-Price Supply and Service)
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252-211-7003, Item Identification and Valuation
DFARS 252-215-7007, Notice of Intent to Resolicit
DFARS 252.216-7006, Ordering
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native
Hawaiian Small Business Concerns
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.239-7002, Access
DFARS 252.239-7004, Orders for Facilities and Services
DFARS 252.239-7005, Rates, Charges, and Services
DFARS 252.239-7006, Tariff Information
DFARS 252.239-7007, Cancellation or Termination of Orders
DFARS 252.239-7008, Reuse Arrangements
DFARS 252.239-7001, Information Assurance Contractor Training and Certification
DFARS 252.239-7017, Notice of Supply Chain Risk
DFARS 252.239-7018, Supply Chain Risk
DFARS 252.243-7002, Requests for Equitable Adjustment
DFARS 252.243-7001, Pricing of Contract Modifications
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.
TELEPHONE REQUESTS WILL NOT BE HONORED.