The RFP Database
New business relationships start here

ATC Gate Maintenance and Repair


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

ATC Security Gate Maintenance and Repair
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; and request for proposals are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06 (10 September 2019). The solicitation number for this request for proposal (RFP) is W91ZLK-20-R-0003.
This combined synopsis/solicitation is being issued as a 100% small business set-aside under the associated North American Industry Classification System (NAICS) Code 811219 Other Electronic and Precision Equipment Repair and Maintenance. The Government contemplates award of a Firm-Fixed Price type contract in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following service. All offerors shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the schedule of services attached.
ATC Security Gate Maintenance and Repairs - W91ZLK-20-R-0003. Price proposals shall include Firm Fixed Pricing for one (1) base year and two (2) optional years, each a duration of twelve (12) months. The period of performance will be an estimated date of 18 December 2019 to 17 Dec 2022 for a total of 42 months.


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.
The Price shall clearly identify the proposed firm-fixed price unit prices with all estimated totals for CLINs. Proposals shall be submitted in the CLIN structure please see attached Schedule of Services.
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 (see attached Schedule of Services)
The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.
FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.
Acceptability of proposals will be based on meeting all of the requirements of the Performance Work Statement (PWS). Failure to address each requirement will result in the proposal being rated unacceptable. Contractors submitting unacceptable technical proposals will be notified upon completion of the government's technical review process.
The contract will be awarded to the Lowest Price 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.52.212-3 Offeror Representations and Certifications -- Commercial Items.
All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered.
Partial proposals will not be evaluated by the Government. The Government may reject any proposal that is evaluated to be unrealistic in terms of program requirements, contract terms or conditions, or an unrealistic high or low price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program.
ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:
W91ZLK-20-R-0003 PROPOSAL FROM (INSERT COMPANY NAME).
Proposal Format:
Detailed Technical Proposal not to exceed 10 pages
1. Volume I; Technical Proposal;
2. Volume II: Pricing Proposal (see attached Schedule of Services).
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 the minimum requirements of the PWS.
FACTOR 2: 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 II) 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, 1001, and 2001. Please see attached Schedule of Services.


The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: https://www.acquisition.gov:
FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998).
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: https://www.acquisition.gov
52.212-4 Contract Terms and Conditions Commercial Items (Oct 2018).
This clause applies in its entirety and there are currently no addenda to the provision.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2019).
52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. 7104(g)).
Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)).p
52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017).
52.204-7, System for Award Management (Oct 2018).
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016).
52.215-1, Instructions to Offerors-Competitive Acquisition (Jan 2017).
52.217-5, Evaluation of Options (Jul 1990).
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).


52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).


52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).


52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).


52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).


52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).


52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)).


52.222-3, Convict Labor (June 2003) (E.O. 11755).


52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).


52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).


52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).


52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).


52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).


52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).


52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. 351, et seq.).


52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).


52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).


52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O.13495).


Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-


52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note).


52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.


52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.


52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).


52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.


52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. 351, et seq.).


52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. 351, et seq.).


52.222-54, Employment Eligibility Verification (Oct 2015).


52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).


52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.


52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.


While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.



The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires.
52.217-8, Option to Extend Services (Nov 1999).
52.217-9, Option to Extend the Term of the Contract (Mar 2000).


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.


SUBMISSION PROCEDURES:
All questions regarding this solicitation must be submitted to the Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones via email no later than 12:00 p.m. Eastern Time, 28 October 2019, to lesha.n.jones.civ@mail.mil or gregory.j.jamison.civ@mail.mil.
Responses to this solicitation must be signed, dated, and received no later than 1500 or 3:00 p.m. Eastern Time, 18 November 2019. Responses must be sent by email directly to the Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones lesha.n.jones.civ@mail.mil or gregory.j.jamison.civ@mail.mil.
Primary Point of Contact:
Lesha Jones
Contract Specialist
lesha.n.jones.civ@mail.mil


NO TELEPHONE INQUIRES WILL BE HONORED


Proposals must be signed, dated, and received by date/time. EST via email to lesha.n.jones.civ@mail.mil


NO TELEPHONE INQUIRES WILL BE HONORED


ATTACHMENTS:
Combine Synopsis/Solicitation
Schedule of Services
Performance Work Statement


 


Lesha N Jones, Contract Specialist, Phone 4438614746, Email lesha.n.jones.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP