Search Contract Opportunities

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS Principle Period of Maintenance (PPM) and Periodic Service of Government-owned Welding Equipment

ID: W911QX21R0039 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS

1. Class Code: J

2. NAICS Code: 811310

3. Subject: Principle Period of Maintenance (PPM) and Periodic Service of Government-owned Welding Equipment

4. Solicitation Number: W911QX21R0039

5. Set-Aside Code: 100% Total Small Business Set-Aside

6. Response Date: FIVE (5) BUSINESS DAYS AFTER POSTING

7. Place of Delivery/Performance:

U.S. Army Research Laboratory

Aberdeen Proving Ground (APG), MD

21005-5001 United States (USA)

8.

(i) 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; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number is W911QX21R0039. This acquisition is issued as a Request for Quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06.

(iv) This acquisition is set-aside for small businesses. The associated NAICS code is 811310. The small business size standard is $8,000,000.00.

(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN 0001: Principle Period of Maintenance (PPM) and Periodic Service of Government-owned Welding Equipment (base year one (1)) (FFP)

CLIN 0002: Remedial/Emergency Repair (base year one (1)) (T&M)

CLIN 0003: OPTION 1: Principle Period of Maintenance (PPM) and Periodic Service of Government-owned Welding Equipment (year two (2)) (FFP)

CLIN 0004: OPTION 1: Remedial/Emergency Repair (year two (2)) (T&M)

CLIN 0005: OPTION 2: Principle Period of Maintenance and Periodic Service of Government-owned Welding Equipment (year three (3)) (FFP)

CLIN 0006: OPTION 2: Remedial/Emergency Repair (year three (3)) (T&M)

(vi) Description of requirements: Principle Period of Maintenance (PPM) and Periodic Service of Government-owned Welding Equipment in accordance with (IAW) the attached Performace Work Statement (PWS) and Materials Equipment List.

(vii) Delivery is required by 30 September 2021, base period Performance Period of 30 September 2021 to 29 September 2022. Delivery shall be made to U.S. Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), MD. Acceptance shall be performed at U.S. ARL, APG, MD. The FOB point is U.S. ARL, APG, MD.

(viii) The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE.

(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:

Evaluation Criteria - Service

(Tradeoff)

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price.

The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and/or objectives in the solicitation. Those offers that meet or exceed the stated performance characteristics and/or objectives will then be evaluated in terms of technical aspects above the minimum requirements that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance work characteristics/objectives and/or period of performance:

The Government is willing to pay more for the expertise and experience of the following:

  1. Providing American Welding Society (AWS) certified welding educators, inspectors, and engineers, in comparison to, vendor managed non-certified employees. The AWS specialized certification ensures that highly-qualified technicians, inspectors and engineers meet a national regulatory standard for the welding industry. Being AWS certified guarantees a standard of knowledge and skills that holds welders, inspectors, and engineers accountable.

The trade-off on price for offerors that meet or exceed the listed criteria justifies approximately a 5% increase of the overall cost for the services.

The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, processes or other information) necessary for the Government to determine whether the proposed effort meets or exceeds the performance characteristics and/or objectives of the requirement.

Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed effort to industry or Government agencies. Past performance will consider the ability of the offeror to meet characteristics/objectives, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include five (5) records of sales from the previous 24 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number.

Price will be evaluated based on the total proposed price, including options, (if any).

Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions.

(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause 52.212-4 ALT I

(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial

52.203-6 ALT I

Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items (SEE ATTACHMENT FOR CLAUSE SELECTION), applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:

52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006)

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)

52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)

52.219-6 DEVIATION 2020-O0008 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)

52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018)

52.219-14 DEVIATION 2020-O0008 LIMITATIONS ON SUBCONTRACTING (MAR 2020)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAY 2020)

52.222-3 CONVICT LABOR (JUN 2003)

52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)

52.222-26 EQUAL OPPORTUNITY (SEP 2016)

52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)

52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)

52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016)

52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)

52.222-50 COMBATING TRAFFICKING IN PERSONS (OCT 2020)

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER CENTRAL CONTRACTOR REGISTRATION (OCT 2018)

52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)

(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)

52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020)

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

52.252-2 CLAUSES INCORPORATED BY REFERENCE

252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC1991)

252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)

252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016)

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)

This will be a Hybrid Firm Fixed Price (FFP)/Time and Materials (T&M) type contract award and the following local clauses apply to this acquisition:

ACC-APG POINT OF CONTACT

CONTRACTING OFFICER'S REP

TYPE OF CONTRACT

GOV INSPECTION AND ACCEPTANCE

PAYMENT OFFICE (BANKCARD INVOICES REQUIRED)

EXERCISE OF OPTION

PAYMENT INSTRUCTIONS

RECEIVING ROOM - APG

T&M or LH COST DETAILS

TAX EXEMPTION CERT. (ARL)

SUPERVISION OF EMPLOYEES

WORK HOURS

ID OF CONTRACTOR EMPLOYEES

GOVT-CONTRACTOR RELATIONSHIPS

PAYMENT TERMS

DFARS COMMERCIAL CLAUSES

FOREIGN NATIONALS PERFORMING

EXCEPTIONS IN PROPOSAL

ADELPHI CONTR. DIVISION URL

(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.

(xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.

(xvi) Offers are due FIVE (5) BUSINESS DAYS AFTER POSTING by 11:59 AM ET, by email to Contract Specialist Douglas Dennard douglas.c.dennard.civ@mail.mil or Acquisition Specialist, Alex Gilliam alex.p.gilliam.ctr@mail.mil

(xvii) For information regarding this solicitation, please contact Contract Specialist Douglas Dennard douglas.c.dennard.civ@mail.mil or Acquisition Specialist, Alex Gilliam alex.p.gilliam.ctr@mail.mil

Contracting Officer:

Overview

Response Deadline
Sept. 7, 2021, 11:59 a.m. EDT Past Due
Posted
Aug. 31, 2021, 3:07 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Aberdeen Proving Ground, MD 21005 United States
Source

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price; Time And Materials;
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 6 days, below average for the ACC Aberdeen Proving Ground. 75% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 8/31/21 ACC Aberdeen Proving Ground issued Synopsis Solicitation W911QX21R0039 for COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS Principle Period of Maintenance (PPM) and Periodic Service of Government-owned Welding Equipment due 9/7/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811310 (SBA Size Standard $12.5 Million) and PSC J036.
Primary Contact
Name
Alex Gilliam   Profile
Phone
(301) 394-1203

Secondary Contact

Name
Douglas Dennard   Profile
Phone
(301) 394-3371

Documents

Posted documents for Synopsis Solicitation W911QX21R0039

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Synopsis Solicitation W911QX21R0039

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W911QX21R0039

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W911QX21R0039

Experts for COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS Principle Period of Maintenance (PPM) and Periodic Service of Government-owned Welding Equipment

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W911QX
Source Organization Code
500038577
Last Updated
Sept. 22, 2021
Last Updated By
douglas.c.dennard.civ@mail.mil
Archive Date
Sept. 22, 2021