Federal Bid

Last Updated on 28 Dec 2016 at 9 AM
Combined Synopsis/Solicitation
Greene Maine

Maintenance and Calibration Services for NSRDEC TMET Equipment

Solicitation ID W911QY-17-Q-0001
Posted Date 02 Dec 2016 at 5 PM
Archive Date 28 Dec 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Greene Maine United states

This is a combined synopsis/solicitation for commercial services 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.

The solicitation is being issued as a Request for Quote (RFQ); solicitation number is W911QY-17-Q-0001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89, effective 01 November 2016.

The US Army Natick Soldier Research, Development and Engineering Center (NSRDEC) has a requirement for preventive maintenance and calibration services for Atlas LLC and Pellerin Milnor Co. equipment utilized by its Textile Materials Evaluation Team (TMET). The TMET provides accurate, verifiable and repeatable testing services to customers requesting textile testing services. Regular maintenance and calibration is needed to ensure optimal performance and minimize the impact of instrument downtime on research productivity.

This requirement is solicited as a total small business set aside using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 811219 Other Electronic and Precision Equipment Repair and Maintenance. The small business size standard is $20.5M. Initial funding is presently available for this acquisition. The issuance of this solicitation does not commit the Government to make an award.


DESCRIPTION OF REQUIREMENT:

1. The Contractor shall provide all maintenance and calibration services (including replacement parts), provide all deliverables, and meet all requirements as defined in Attachment 1 - Statement of Work. The Contractor's primary focus shall be to conduct preventive maintenance of Atlas and Pellerin equipment and certification of calibration for the following equipment models (internal-generated bar code in parentheses): Atlas model numbers CI4000 (63897, serial 25313), CI35F (18811), M222QTP (QTP222), QTP223 (QTP223), LHT (10399), M228AA (80160) and Pellerin model number 36026Q6P (46580). The Contractor shall provide the above equipment a service plan that includes monthly preventive maintenance visits with a certificate of calibration every 6 months or as needed for the following equipment models (internal-generated bar code in parentheses): Atlas model numbers CI4000 (63897, 25313), CI35F (18811), M222QTP (QTP222), QTP223 (QTP223). The service shall provide assurance that the systems meet the specified requirements for weathering, fading and laundering. The Contractor shall provide yearly service for the SDL Launder-Ometer units LHT (10399), M228AA (80160), Pellerin Milnor 36026Q6P (46580) and the HRO-400 Harris-Millipore System. The Contractor shall provide parts as needed during service.

2. The line items (CLINs) below are anticipated to be included in the resultant contract. The Offeror shall provide prices for CLINs 0001, 1001, and 2001 below in its quotation. CLINs 0002, 1002, and 2002 are Not Separately Priced (NSP). Costs for CLINs 0002, 1002, and 2002 will be included in CLINs 0001, 1001, and 2001, respectively.

CLIN 0001 QTY: 1 Job Comprehensive Maintenance and Calibration Services - Base Year.

CLIN 0002 NSP Contractor Manpower Reporting (the cost of this CLIN is included in CLIN 0001).

CLIN 1001 QTY: 1 Job Comprehensive Maintenance and Calibration Services - Option Year 1.

CLIN 1002 NSP Contractor Manpower Reporting (the cost of this CLIN is included in CLIN 1001).

CLIN 2001 QTY: 1 Job Comprehensive Maintenance and Calibration Services - Option Year 2.

CLIN 2002 NSP Contractor Manpower Reporting (the cost of this CLIN is included in CLIN 2001).

SUBMISSION REQUIREMENTS:

The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Failure to include any of the items below may render the Offeror non-responsive. Responses to this announcement shall include:

1. A Firm Fixed Price quote, inclusive of all charges and with FOB Destination shipping terms, for the requirement stated above. The quotation shall not include taxes (tax exempt certificate may be provided to the awardee upon request). The response to this solicitation shall include company name and address, CAGE Code, DUNS Number, Point of Contact name and e-mail address, and acknowledgement of amendments to this solicitation (if any).

2. The Offeror shall include with its quote a clear demonstration and understanding of the technical requirements as defined in the Statement of Work - i.e., technical performance requirements related to the specific maintenance and calibration of the defined specialized equipment, personnel qualifications and experience, and compliance with deliverables.

3. Completed and signed representations and certifications. As prescribed in DFARS 252.204-7004, interested parties must be registered with System for Award Management (SAM) under the NAICS 811219. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM.


ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA:

Award will be made to the responsible (See also DFARS 252.213-7000), responsive Offeror whose offer represents the Lowest Price Technically Acceptable (LPTA) offer based upon the description of the requirement, to include Attachment 1.

CLAUSES AND PROVISIONS:

The following clauses and provisions are incorporated by reference:

Provision 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition and Addenda to this clause are contained in the section entitled "SUBMISSION REQUIREMENTS" above.

Provision 52.212-2 Evaluation -- Commercial Items, applies and specific evaluation criteria to be used are contained in the section "ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA" above.

Provision 52.212-3 Offeror Representations and Certifications -- Commercial Items Alt 1, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 3 above. The offeror's attention is directed to the requirement to provide country of origin information IAW DFARS 252.225-7000.

Clause 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition; and the Product Description/Statement of Work (SOW) and additional terms and conditions below shall be included as addenda to this clause. IAW FAR 52.212-4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.

Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019), applies to this acquisition.

ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE:

52.204-7 System for Award Management
52.204-9 - Personal Identity Verification of Contractor Personnel
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation.
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.211-6 Brand Name or Equal
52.219-1 (ALT 1) Small Business Program Representations
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.223-5 Pollution Prevention and Right-to-Know Information
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-23 (Alt 1) Assignment of Claims
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.247-34 F.O.B. Destination
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
52.253-1 Computer Generated Forms
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2016-O0003)
252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2016-O0003)
252.204-0001 Line Item Specific: Single Funding
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A System for Award Management
252.204-7006 Billing Instructions
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A System for Award Management
252.204-7006 Billing Instructions
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information to litigation Support contractors
252.211-7003 Item Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American Act and Balance Of Payments Program-Basic
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Items
252.227-7015 Technical Data-Commercial Items
252.227-7027 Deferred Ordering of Technical Data or Computer Software
252.227-7037 Validation of Restrictive Markings on Technical Data
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing Of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation by Sea
252.247-7024 Notification of Transportation of Supplies by Sea

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 this/these address(es):
http://farsite.hill.af.mil/
(End of Provision)

52.252-2 Clauses Incorporated by Reference
This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/
(End of Clause)


SUBMISSION OF PROPOSALS:

The responses to this solicitation/synopsis shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked in the subject line with the solicitation number, requirement, and the identity of the submitting firm. Quotes may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your quote.

Proposals shall be submitted electronically to Jason Borja and Jean Greenwood at the Natick Contracting Division via [email protected] and [email protected]. All proposals shall be submitted by 4:00 pm EDT on 13 December 2016. Quotes will only be accepted electronically via the e-mail address provided above. It is the Offeror's responsibility to confirm that their proposal submission has been received.

Offerors will not be reimbursed for any costs resulting from quotation preparation or costs associated with inquiring about or responding to this solicitation.

QUESTIONS:

Questions regarding this acquisition may contact Jason Borja and Jean Greenwood at the above listed email addresses.

 

Bid Protests Not Available

Similar Past Bids

Natick Massachusetts 30 Aug 2016 at 9 PM
Natick Massachusetts 27 Aug 2018 at 7 PM
Natick Massachusetts 25 Sep 2018 at 8 PM
Natick Massachusetts 18 Jan 2017 at 7 PM

Similar Opportunities

Natick Massachusetts 16 Jul 2025 at 4 PM
Natick Massachusetts 31 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 21 Jul 2025 at 9 PM