Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOLICITATION NOTICE

J -- Agilent laboratory Equipment Maintenance - Package #1

Notice Date
7/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
0010863829
 
Archive Date
8/23/2016
 
Point of Contact
Gregory J Jamison, Phone: 4438614742, Sherry L. Compton, Phone: 4438614747
 
E-Mail Address
gregory.j.jamison.civ@mail.mil, sherry.l.compton.civ@mail.mil
(gregory.j.jamison.civ@mail.mil, sherry.l.compton.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Quality Assurance Surveillance Plan (QASP) Agilent Equipment List Performance Work Statement (PWS) 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) 2005-87 (7 March 2016). The solicitation number for this requirement is 0010863829. This requirement has been deemed unrestricted under the associated North American Industry Classification System (NAICS) Code 811219, Other Electronic and Precision Equipment 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 attached schedule of services. This procurement will be evaluated as lowest price technically acceptable for the procurement of the following services: INSTRUCTIONS AND INFORMATION TO OFFERORS: Place of performance shall be at Aberdeen Proving Ground, MD. The offeror shall include a point of contact name and contact information, company CAGE code, DUNS number, and TIN. Proposals shall be submitted in two (2) separate volumes: Volume I: Technical Proposal Volume II: Pricing Proposal The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. The contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. 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. Volume Content Requirements Executive Summary (Volume I): The Executive Summary shall include a brief summary of the offeror's capability and approach to accomplish the requirements of this contract. Include a statement specifying agreement with all terms, conditions, and provisions included in the RFP or any exceptions. Any exceptions taken to the attachments, exhibits, enclosures, or other RFP terms, conditions, or documents must be fully explained, however, any such exceptions may be grounds for the Contracting Officer to reject the proposal from further consideration in the source selection process before initial evaluation. FACTOR 1: Technical Proposal (Volume I) The Technical Proposal shall contain information on the Technical Capabilities factor. The Government is not responsible for locating or securing any information which is not identified in the Proposal. Technical Capabilities Factor: As a minimum, Offerors shall address the following: Offerors shall provide a discussion to describe how they intend to perform the requirements of the PWS which demonstrates a complete understanding of the PWS requirements. In addition, offerors shall provide evidence that they can meet minimum staffing requirements. Offerors shall provide a resume that satisfies the requirement for a certified service technician. In addition, offerors shall acknowledge and demonstrate that they can meet the PWS requirements set forth below for response time and on-site repairs.The minimum qualifications are set forth below: 1. Training/Certification: All Technicians servicing equipment under this effort shall be trained and certified by the Agilent Corporation to service and repair all covered Agilent equipment, and to service applicable Agilent hardware/software/computers. Proof of this training and certification shall be included in the proposal submission. Offerors at a minimum are required to have 2 years of experience with the specified make and model or similar equipment. 2. Response Time: Repairs must be completed during normal duty hours (0800 - 1630) Monday through Friday. Work outside normal duty hours must be coordinated through the government COR prior to performing to performing the work. 3. On-Site Repairs: The vendor will be onsite within 3 business days of receipt of the service call being placed by the government COR or designee. Vendor MUST sign Lab Science (LS) service ticket upon arrival at the facility before initiating any work. This is the authorization that the work has been approved by the COR or designee. FACTOR 2: Past Performance (Volume I): As a minimum Offertory shall address the following: Offerors and major subcontractors shall submit three (3) recent and relevant past performance information. Recent information is described as contractual efforts undertaken within five years prior to this solicitation. Relevant information is described as tasking similar in size, scope, and complexity of the Performance Work Statement (PWS) for this effort. The past performance/experience references shall not be for work prior to 2011. Offerors with no past performance shall so state. The Offerors submission of past performance must contain the following: a. Section I - Offeror Past Performance (1) Contractor/Subcontractor place of performance, CAGE Code and DUNS number (2) Government contracting activity, address, telephone and FAX numbers (3) POCs name, telephone and fax numbers (4) Government's technical representative/COR telephone and fax numbers (5) Government contract administration activity and the ACO's name, telephone and fax numbers (6) Contract Number (7) Contract Type (8) Awarded price/cost (9) Final or projected final price/cost (10) Original delivery schedule (11) Final or projected final delivery schedule (12) Narrative - Offerors shall provide a specific narrative explanation of each contract listed describing the objectives achieved and detailing how the effort is similar to the requirements of this solicitation. For any contracts that did not/do not meet original cost schedule or technical performance requirements, provide a brief explanation of the reason(s) for the shortcomings and any corrective actions taken to avoid recurrence. The Offeror shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. The Offeror shall also provide a copy of any cure notices or show because notices received on each contract listed and a description of any corrective action taken. The Offeror shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. The Offeror shall also specify to what extent subcontractors were involved in gaining related experience, and their level of involvement with respect to the scope of work, objectives achieved, and personnel resources utilized, and how previous contracts relate to this effort. The Government will give greater weight to prime contractor experience than subcontractor experience. b. Section 2 Subcontracts- Offerors shall provide an outline of how the effort required by the solicitation will be assigned for performance within the contractor's corporate entity and among the proposed subcontractors. Offerors shall provide the above-required information for any proposed subcontractor who will perform a significant portion of the effort. A significant portion is defined as performing 10% or more of the total effort. If not applicable, the Offeror shall so state. c. Section 3 New Corporate Entities- New corporate entities may submit data on prior contracts involving its officers and employees. The Offeror shall discuss in detail the role performed by such persons in the prior contracts cited. If not applicable, the Offeror shall so state. FACTOR 3: Price Proposal (Volume II) Information requested below for inclusion in the Price Proposal is not intended to be restrictive or all-inclusive. Offeror's cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1 based on competition and other factors. Offerors are encouraged to submit any other price or financial information that may be helpful in the understanding and evaluation of the Price Proposal; however, superfluous or elaborate documents are discouraged. Pricing information shall be addressed ONLY in the Price Proposal (Volume III) and shall be separated from any technical information being provided. The Government intends to make award to the Offeror whose proposal is technically acceptable with the lowest evaluated price (LPTA). The Price Volume shall clearly identify the proposed firm-fixed price unit prices for CLINs 0001, 0003, and 0005. Please see (attachment A) Schedule of Services. Assumptions used in determining the proposed Firm-Fixed Prices must be clearly stated in the Offeror's proposal. All submissions shall be made in U.S. dollars. EVALUATION & BASIS FOR AWARD Basis for Award: The Government intends to award one Firm-Fixed Price contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, a rating of "Acceptable" must be achieved for both Factors 1 and 2, Technical and Past Performance. Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following: a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or b. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price or unattainable in terms of technical or schedule commitments: or c. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. Evaluation and Source Selection Process Selection: Selection of the successful Offeror shall be made following an assessment of each proposal, based on the response to the requirements of this solicitation. Proposals will be evaluated as specified in Proposal Evaluation Section below. Evaluation: The evaluation of proposals submitted in response to this combined synopsis/solicitation shall be conducted in accordance with a LPTA competition. Award Without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition, must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.1 04. No award can be made to an Offeror who has been determined non-responsible by the Contracting Officer. Proposal Evaluation Evaluation Factors: The Technical volume of the proposal will be evaluated against the requirements described in the Performance Work Statement (PWS) contained in this solicitation. The Technical Volume will be determined to be ·"Acceptable" or ''Unacceptable", using the following ratings: Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Technical Proposal (Volume I) FACTOR I: Technical Factor: The Government will evaluate the offerors technical proposal for Training/Certification requirements, response time, and on-site repairs as stated above under Factor 1 Instructions, also see the PWS for further details. The factor will be rated acceptable if the narrative demonstrates a complete understanding of the PWS and adequately describes how the offeror will successfully perform the work described in the PWS. This discussion shall include resumes for key personnel. Acceptable: The Technical Proposal shall contain adequate information so that the Government can determine whether the Offeror is capable of meeting the requirements of the Performance Work Statement. Unacceptable: The Technical Proposal does not contain adequate information and the Government is unable to determine whether the Offeror is capable of meeting the requirements of the Performance Work Statement. FACTOR 2: Past Performance Factor: Past Performance rating will be an Offeror's probability of meeting the requirements. Past Performance uses two aspects: relevancy and performance. The assessment is based on the Offeror's record of relevant and recent past performance information that pertains to the products and/or services outlined in the solicitation requirements. Relevance pertains to whether the Offeror's present/past performance is relevant or not relevant to the effort. The second aspect of past performance will be determining how well the contractor performance on the contracts. This evaluation does not establish, create, or change the existing record of performance rather the past performance evaluation gathers information from customers on how well the Offeror performed on those past contracts. Each Offeror's proposal will receive an acceptable, unacceptable, or unknown rating. The Government may use data provided in the Offeror's proposal and data will be obtained from other sources including, but not limited to, Past Performance Information Retrieval System and interviews with other Government officials. Past Performance Evaluation Ratings a. Acceptable: Based on the Offeror's performance record the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror's performance record is unknown. (See note below.) b. Unacceptable: Based on the Offeror's performance record, the Government has no reasonable expectation that the Offeror will be able to successfully perform the required effort. Note: In the case of an Offeror without a record of relevant Past Performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a) (2) (IV)). Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown'' shall be considered "acceptable." FACTOR 3: Price Factor (Volume II): The Government will evaluate the price proposal for award purposes by adding the total of all CLIN prices, including all options by using price analysis techniques described in FAR 15.404-1(b) based on competition and other factors. Accordingly, the analytical techniques and procedures described in FAR 15.404-1 may be used singly or in combination with others, as determined by the Contracting Officer, to ensure the costs are fair and reasonable. Any significant inconsistency, if unexplained, may raise a fundamental issue of the Offeror's understanding of the nature and scope of the work required and may be grounds for rejection of the proposal as inadequate. The offeror shall include a point of contact name and contact information, company CAGE code, DUNS number, and TIN. Partial quotes will not be evaluated by the Government. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer Sherry Compton and the Contract Specialist Greg Jamison via email no later than 12:00 p.m. Eastern Time, 18 July 2016, to sherry.l.compton.civ@mail.mil or gregory.j.jamison.civ@mail.mil. Responses to this solicitation must be signed, dated, and received no later than 10:00 a.m. Eastern Time, 8 August 2016. Responses must be sent by email directly to the Contracting Officer Sherry Compton and the Contract Specialist Greg Jamison to sherry.l.compton.civ@mail.mil or gregory.j.jamison.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE HONORED. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. FAR 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 the following address: http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I FAR 52.203-13, Contractor Code of Business Ethics and Conduct FAR 52.204-7, System for Award Management FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, System for Award Management Maintenance FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1, Instructions to Offerors- Commercial Items FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019) FAR 52.217-5, Evaluation of Options FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-17 Nondisplacement of Qualified Workers FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-43, Fair Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1, Disputes FAR 52.233-2, Service of Protest FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.239-1, Privacy or Security Safeguards FAR 52.243-1, Changes- Fixed Price, Alternate I FAR 52.247-34, FOB- Destination FAR 52.249-8, Default (Fixed-Price Supply and Service) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252-211-7003, Item Identification and Valuation DFARS 252-215-7007, Notice of Intent to Re-solicit DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.239-7002, Access DFARS 252.239-7006, Tariff Information DFARS 252.239-7001, Information Assurance Contractor Training and Certification DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST PROGRAM (AUG 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures. For questions concerning this solicitation, contact Contracting Officer Sherry Compton and the Contract Specialist Greg Jamison via email at sherry.l.compton.civ@mail.mil, or gregory.j.jamison.civ@mail.mil. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ab63a3b60977379bb7918e0922febab4)
 
Place of Performance
Address: Aberdeen Proving Ground, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04174105-W 20160709/160707235140-ab63a3b60977379bb7918e0922febab4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.