Search Contract Opportunities

Fords Farm Maintenance and Repair

ID: W91ZLK-25-R-6844 • Type: Synopsis Solicitation

Description

Posted: May 28, 2025, 11:41 a.m. EDT

Amendment Four and Five: Added final Q&A document dated May 18th 2025. Extended solicitation closing date from May 19th, 2025 to May 28th, 2025.

Amendment Three: Updated Volume II 2(b) to reflect Emergency and Routine Repairs .

Amendment Two: Published May 8th, 2025. Published updated PWS with Exhibits 1-3, updated description with evaluation factors and submission dates. Published QASP, Pricing Worksheet/Schedule of Services, Q&A as of May 8th, 2025, CDRL, Wage Determination and Sample Field Notes.

Fords Farm Maintenance and Repair Services

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) 2025-03 (17 January 2025).

The solicitation number for this requirement is W91ZLK-25-R-6844. 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 hybrid Firm-Fixed-Price (FFP) Time and Material (T&M) 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:

Fords Farm Maintenance and Repair Services for Aberdeen Test Center (ATC).

One (1) base year and two (2) option years.

Additional Details are included within Attachment 2 Performance Work Statement.

Performance will take place at the ATC, Aberdeen Proving Ground (APG), Maryland, 21005-5059 at Fords Farm test site.

Site Visit

In align with FAR 37.110(a), solicitation provision 52.237-1, Site Visit, is included as the work is to be performed on a Government Installation.

FAR 52.237-1, Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

The Government will allow access to ATC Ford's Farm restricted area located on Aberdeen Proving Ground Monday, April 14th, 2025, 9am Eastern Time. Attendees will meet at Building 324 to sign-in and be escorted to the site.

Offeror participation is limited to no more than two (2) individuals per organization. Offerors must register by e- mail to christine.n.orr.civ@army.mil and peter.s.turney.civ@army.mil, as soon as possible, no later than Friday April 11th, 2024, at 4pm Eastern Time. Registration requests shall include company name, CAGE code, names of personnel with their roles/titles and cell phone contact information. Upon registration confirmation, the Government Point of Contact cell phone information will be provided for the site visit.

Attendees should allow sufficient time to enter the installation. Visitors must enter the Hoadley Road of APG-EA, located on MD Route 24, to obtain a visitor's pass. The following information must be provided: valid driver's license and vehicle registration. Visitor Center information is available at www.home.army.mil/apg/index.php/about/visitor-information. Name of person to be visited will be Peter Turney, peter.s.turney.civ@army.mil. Parking will be provided in front of the building. Please see additional information regarding the site visit on Attachment Five, Site Visit Notice.

NO QUESTIONS FOR THE COMBINED SYNOPSIS/SOLICITATION WILL BE ACCEPTED VIA PHONE CALLS.

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.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.

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

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

W91ZLK-25-R-6844 PROPOSAL FROM (INSERT COMPANY NAME)

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

Volume I: Ford's Farm W91ZLK-25-R-6844 TECHNICAL Proposal

Volume II: Ford's Farm W91ZLK-25-R-6844 PRICE Proposal

  1. Formatting
    1. Page limitations: Volume I 20-page limit and Volume II 1 Page using attached Pricing Worksheet/Schedule of Services
    1. Cover Page: Company Name, Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) code, Business Type/Size, EIN# and point of contact information to include: Name, title, email address, and telephone number including extension if applicable. (Single cover page not inclded in page limitations)

All submissions shall be made in U.S. dollars.

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)

52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements Commercial Acquisition.

(a)The Government contemplates award of a Time-and-Materials or Labor-Hour type of contract resulting from this solicitation.

(b)The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by-

(1)The offeror;

(2)Subcontractors; and/or

(3)Divisions, subsidiaries, or affiliates of the offeror under a common control.

Volume I - TECHNICAL/MANAGEMENT Proposal not to exceed 20 pages.

  1. Volume I: Technical Proposal - The offeror's proposal shall adequately describe and present a clear understanding of the requirements specified in the Performance Work Statement (PWS).
    1. The proposal demonstrates the contractor's best approach to meeting all the performance requirements listed in PWS Section C.3.
    2. The proposal demonstrates the contractor's best approach to meeting all Personnel requirements listed in PWS Section C.1.5.
    3. Site Visit Requirement: Participation in the APG site visit is required to evaluate general and local conditions that may affect the cost of the contract performance.

Volume II - Detailed PRICE Proposal:

  1. Volume II: Factor 2 Price Proposal Using the attached Pricing Worksheet/Schedule of Services.
    1. CLIN's 0001, 1001 and 2001, propose a Firm Fixed Price for the Quarterly Inspection and Preventative Maintenance.
    1. CLIN's 0002, 1002 and 2002, propose Fully Burdened Labor Hour Rates for the Time and Materials CLINs, for all work associated with Emergency and Routine Repairs . The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by- 1) The offeror; 2) Subcontractors: and/or 3) Divisions, subsidiaries, or affiliates of the offeror under a common control. Provide a clear breakdown of these rates.
      1. The Government anticipates establishing a Not to Exceed maximum value for the Time and Materials CLIN's. Offerors are not required to propose material costs for price proposal submission.

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.

The contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.

SUBMISSION PROCEDURES:

All questions regarding this solicitation must be submitted to the Contract Specialist, Christine Orr via email no later than 1600 or 4:00 P.M. Eastern Time, 09 May 2025, to Christine Orr at Christine.n.orr.civ@army.mil and Nikeena Brown at Nikeena.s.brown.civ@army.mil

All questions will be answered via an amendment to the solicitation on www.sam.gov.

Responses to this solicitation must be signed, dated, and received no later than 1600 or 4:00 P.M.: Eastern Time, 28 May 2025. Responses must be sent by email directly to the Contracting Officer Nikeena Brown at Nikeena.s.brown.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, Dated May 8th 2025

Attachment 3 Contract Provisions and Clauses

Attachment 4 Pricing Worksheet/Schedule of Services (To be submitted with Volume II: Price Proposal)

Attachment 5 Site Visit Notice for April 14th, 2025

Attachment 6 Quality Assurance Surveillance Plan

Attachment 7 Contract Data Requirements List_Fords Farm

Attachment 8 Questions and Answers_W91ZLK-25-R-6844_As of 8May25

Attachment 9 Sample Field Notes

Attachment 10 Wage Determination 2015-4265

Posted: May 16, 2025, 2:55 p.m. EDT
Posted: May 15, 2025, 8:41 a.m. EDT
Posted: May 15, 2025, 7:26 a.m. EDT
Posted: May 8, 2025, 3:00 p.m. EDT
Posted: May 8, 2025, 11:21 a.m. EDT
Posted: April 25, 2025, 2:02 p.m. EDT
Posted: April 16, 2025, 9:23 p.m. EDT
Posted: April 9, 2025, 5:32 p.m. EDT
Posted: April 9, 2025, 5:32 p.m. EDT
Background
The U.S. Army is seeking contractors for the maintenance and repair of the Depleted Uranium (DU) Containment Facility at the Aberdeen Test Center (ATC). This contract is part of the agency's mission to ensure safe testing environments for military applications involving depleted uranium. The solicitation number for this requirement is W91ZLK-25-R-6844, and it has been designated as a Total Small Business Set-Aside.

Work Details
The contractor will be responsible for providing all labor, parts, and materials necessary for the inspection, preventative maintenance, repair, and modification of the SUPERBOX test site. The work includes two primary Contract Line Items (CLINs): CLIN #1 involves quarterly maintenance, while CLIN #2 covers emergency and routine repairs.

The SUPERBOX serves as an environmentally safe facility for testing weapons and targets that contain depleted uranium.

Place of Performance
The work will be performed at the Aberdeen Proving Ground (APG), Maryland, specifically at the Ford's Farm test site.

Overview

Response Deadline
May 28, 2025, 4:00 p.m. EDT (original: April 24, 2025, 4:00 p.m. EDT) Past Due
Posted
April 9, 2025, 5:32 p.m. EDT (updated: May 28, 2025, 11:41 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Aberdeen Proving Ground, MD 21005 United States
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Time And Materials; Fixed Price;
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
75% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/9/25 ACC Aberdeen Proving Ground issued Synopsis Solicitation W91ZLK-25-R-6844 for Fords Farm Maintenance and Repair due 5/28/25. 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
Christine Orr   Profile
Phone
None

Secondary Contact

Name
Nikeena Brown   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Peter Turney Profile peter.s.turney.civ@army.mil None

Documents

Posted documents for Synopsis Solicitation W91ZLK-25-R-6844

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W91ZLK-25-R-6844

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W91ZLK-25-R-6844

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W91ZLK-25-R-6844

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W91ZLK
Source Organization Code
500043680
Last Updated
May 31, 2025
Last Updated By
christine.n.orr.civ@army.mil
Archive Date
May 31, 2025