Maryland Bids > Bid Detail

Welding and Machining Equipment Maintenance and Repair

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159575333786487
Posted Date: May 23, 2023
Due Date: Jun 17, 2023
Solicitation No: W91ZLK-23-R-0014
Source: https://sam.gov/opp/f40a49f90b...
Follow
Welding and Machining Equipment Maintenance and Repair
Active
Contract Opportunity
Notice ID
W91ZLK-23-R-0014
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 23, 2023 04:30 pm EDT
  • Original Published Date: May 16, 2023 03:48 pm EDT
  • Updated Date Offers Due: Jun 17, 2023 04:00 pm EDT
  • Original Date Offers Due: Jun 17, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 02, 2023
  • Original Inactive Date: Jul 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • 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 View Changes

Updated with Questions and Answers as of May 23rd, 2023. Updated PWS with 2 pieces of equipment, highlighted in red. Please use "PWS Rev1 dated 23May23".





Welding and Machining Equipment Maintenance and Repair



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) 2019-06 (10 September 2019).



The solicitation number for this requirement is W91ZLK-23-R-0014. This requirement has been deemed a Total Small Business Set-Aside 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:



Welding and Machining Equipment Maintenance and Repair for Aberdeen Test Center (ATC). Base and two option years. This is a non-personal service contract. The Contractor will be tasked with providing preventative and corrective maintenance services on government owned machining and welding equipment.



Additional details are located within the attached Performance Work Statement.



Place of performance shall be at U.S. Army Aberdeen Test Center Building 315, unless otherwise authorized.



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-23-R-0014 PROPOSAL FROM (INSERT COMPANY NAME)






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






    1. Volume I: Welding and Equip M&R, W91ZLK-23-R-0014 TECHNICAL Proposal

    2. Volume II: Welding and Equip M&R, W91ZLK-23-R-0014 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: Detailed Price Proposal






  1. Proposed Firm Fixed Price for the Base Year and Two Option Years, using the Attached Schedule of Services.





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 Contracting Officer Gregory Jamison and the Contract Specialist Christine Orr via email no later than 1600 or 4:00 P.M. Eastern Time, 26 May 2023 to gregory.j.jamison.civ@army.mil and christine.n.orr.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, 17 June 2023. Responses must be sent by email directly to the Contracting Officer Gregory Jamison at Gregory.j.jamison.civ@army.mil and Contract Specialist, Christine Orr, at Christine.n.orr.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 21005-3013
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >