Maryland Bids > Bid Detail

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

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159190449288714
Posted Date: Apr 4, 2024
Due Date: May 6, 2024
Solicitation No: W91ZLK-24-R-0017
Source: https://sam.gov/opp/00feddabcb...
Follow
Equipment Maintenance of Welding/Cutting Machines, Repair Service, NIST Calibration and Supply of Industrial Gases
Active
Contract Opportunity
Notice ID
W91ZLK-24-R-0017
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG DIR
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 04, 2024 10:49 am EDT
  • Original Date Offers Due: May 06, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 21, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J034 - MAINT/REPAIR/REBUILD OF EQUIPMENT- METALWORKING MACHINERY
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

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



W91ZLK-24-R-0017



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) 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.








  1. All proposals shall be submitted via email with the subject line:








    1. W91ZLK-24-R-0017 PROPOSAL FROM (INSERT COMPANY NAME)








  1. Proposals shall be submitted in two (2) separate volumes labeled:








    1. Volume I: Equipment Maintenance W91ZLK-24-R-0017 TECHNICAL Proposal

    2. Volume II: Equipment Maintenance W91ZLK-24-R-0017 PRICE Proposal








  1. Formatting






  1. Single space text

  2. Double space paragraphs

  3. 12-point minimum font

  4. Arial or Times New Roman Fonts only. Table/illustrations 8-point min and landscape is acceptable.

  5. Margins: All margins 1 inch

  6. Header and footer: 1.5 inches

  7. Page 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)

  8. Page limitations: Volume I – 10-page limit and Volume II – 2 Pages using attached Schedule of Services

  9. Cover 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)






  1. 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:






  1. Volume I: Technical/Management Proposal, to be evaluated by the following factors:








    1. 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.








  1. Volume II: Price Proposal






  1. Proposed 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/Solicitation



Attachment 2 – Performance Work Statement



Attachment 3 – Schedule of Services



Attachment 4 – Contract Provisions and Clauses




Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 6565 SURVEILLANCE LOOP
  • ABER PROV GRD , MD 21005
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 04, 2024 10:49 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >