Federal Bid

Last Updated on 16 Jan 2020 at 4 AM
Combined Synopsis/Solicitation
Natick Massachusetts

Textile Weathering Lab Equipment Maintenance and Service - TMET

Solicitation ID W911QY-20-R-TEMT
Posted Date 17 Dec 2019 at 1 PM
Archive Date 15 Jan 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W6qk Acc-Apg Natick
Agency Department Of Defense
Location Natick Massachusetts United states 01760

The contractor's primary focus shall be to conduct preventive maintenance and certification of calibration for the following equipment models (internal-generated bar code in parentheses): Atlas LLC model numbers CI4000 (63897, serial 25313), CI35F (18811), M222QTP (QTP222), SDL Atlas model numbers LHT (10399), M228AA (80160), M6 (98236, 98237, 98238) 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 CI4000 (63897, serial 25313), CI35F (18811), M222QTP (QTP222), and M6 (98236, 98237, 98238)  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 LHT (10399), M228AA (80160), Pellerin Milnor 36026Q6P (46580) and the HRO-400 and HRO-200 Harris-Millipore Systems. 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, 2001, 3001, and 4001 below in its quotation. CLINs 0002, 1002, 2002, 3002, and 4002 are Not Separately Priced (NSP). Costs for CLINs 0002, 1002, 2002, 3002, and 4002 will be included in CLINs 0001, 1001, 2001, 3001, and 4001 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).

CLIN 3001 QTY: 1 Job Comprehensive Maintenance and Calibration Services - Option Year 3.

CLIN 3002 NSP Contractor Manpower Reporting (the cost of this CLIN is included in CLIN 3001).

CLIN 4001 QTY: 1 Job Comprehensive Maintenance and Calibration Services - Option Year 4.

CLIN 4002 NSP Contractor Manpower Reporting (the cost of this CLIN is included in CLIN 4001).

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.  Interested parties must be registered with the 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, the Statement of Work.


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.

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

52.204-19 Incorporation by Reference of Representations and Certifications

52.204-21 Basic Safeguarding of Covered Contractor Information Systems

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

52.212-4 Contract Terms and Conditions-Commercial Items

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items

52.217-5 Evaluation of Options

52.217-8 Option to Extend Services

52.217-9 Option to Extend the Term of the Contract

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

52.232-39 Unenforceability of Unauthorized Obligations

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

52.252-2 Clauses Incorporated by Reference

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)

252.204-7002 Payment for Subline Items Not Separately Priced

252.204-7003 Control of Government Personnel Work Product

252.204-7004 DoD Antiterrorism Awareness Training for Contractors

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

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7006 Wide Area WorkFlow Payment Instructions

252.232-7010 Levies on Contract Payments

252.244-7000 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):
https://www.acquisition.gov/content/regulations

(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):
https://www.acquisition.gov/content/regulations


(End of Clause)

Bid Protests Not Available

Similar Past Bids

Location Unknown 18 Jul 2019 at 12 AM
Natick Massachusetts 30 Aug 2016 at 9 PM
Natick Massachusetts 27 Aug 2018 at 7 PM
Natick Massachusetts 25 Sep 2018 at 8 PM

Similar Opportunities

Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Lemoore California 10 Jul 2025 at 7 PM
Lemoore California 10 Jul 2025 at 7 PM
Lemoore California 10 Jul 2025 at 7 PM