United States - ATC Safety Services Support

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
06 September 2019
Opportunity publication date
08 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 07, 2019 9:47 am

Safety Services Support
U.S Army Aberdeen Test Center (ATC)
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; 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) 2005-87 (7 March 2016). The solicitation number for this request for proposal (RFP) is W91ZLK-19-R-0086.
This solicitation is being issued as a competitive 8a under the associated North American Industry Classification System (NAICS) Code 541690 Other Scientific and Technical Consulting Services. The Government contemplates the award of a Firm-Fixed-Price (FFP) Requirements contract under FAR Part 12, Acquisition of Commercial Items and FAR Part 16, Types of Contracts. Contractor shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the schedule of services attached.
U.S Army Aberdeen Test Center Safety Services Support - W91ZLK-19-R-0086. 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 1 October 2019 to 30 September 2022 for a total of 42 months.
The contract is to provide manpower support to the U.S. Army Aberdeen Test Center Safety & Occupational Health Office. This support includes Safety Specialist support to the Safety and Process Improvement Division and Radiation Safety Specialist/Health Physicist support to the Safety Program Management Division.
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 Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
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.
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.
Proposal Format:
Volume I TECHNICAL/MANAGEMENT PROPOSAL not to exceed 10 pages: U.S Army Aberdeen Test Center Safety Services Support for W91ZLK-19-R-0086
1. Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension if applicable.
2. The Contractor shall demonstrate relevant experience, which that quote includes detailed resumes for all contractor personnel and contains the following:
a) Training Certificates
b) Work experience
c) The work experience of all personnel meets the minimum requirements cited in the Performance Work Statement.
d) All proposed personnel are US citizens. All personnel have the capability to qualify for ‘no-escort required' access badges.
Volume II Price: Safety Services Support- W91ZLK-19-R-0086. 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 Price Volume 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.
All submissions shall be made in U.S. dollars.
ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:
W91ZLK-19-R-0086 PROPOSAL FROM (INSERT COMPANY NAME).
Proposal Format:
Volume II: Detailed Price Proposal
1. Proposed Firm Fixed Price for the Base year and both optional years, on attached schedule of services.
2. This requirement shall be awarded on the basis of Lowest Priced Technically Acceptable.
All evaluated quotes shall be rated Technically Acceptable or Unacceptable. In order to be considered for an award, rating of acceptable must be achieved in each factor and sub factor. Offerors shall clearly articulate the technical approach (including risks and contingencies) for performing the work, an understanding of the requirement, and the capacity to perform the following services.
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). 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.
Vendors may register with SAM by going to www.sam.gov
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.
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.
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, 22 Aug 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, 6 Sept 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
Phone: 443-861-4746

Contracting Office Address:
6565 Surveillance Loop, 2nd Flr. Room C2-101
Aberdeen Proving Ground, Maryland 21005-1846
United States
Place of Contract Performance:
U. S Army Aberdeen Test Center (ATC)
Aberdeen Proving Ground, Maryland, 21005-1846
NO TELEPHONE INQUIRIES WILL BE HONORED.
All proposals 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.
The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil:
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
52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).
Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
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 2016).
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).
52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (Feb 2007).
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 (July 2013) (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. (July 2013) (31 U.S.C. 6101 note).
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (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 (Sep 2010)(38 U.S.C. 4212).
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
52.222-37, Employment Reports on Veterans (Sep 2010) (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 (July 2013) (31 U.S.C. 3332).
52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (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) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (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-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note).
(ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (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.
(iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793).
(vii) 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.
(viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
(ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).
Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.).
(xii) 52.222-54, Employment Eligibility Verification (JUL 2012).
(xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xv) 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.
52.217- 9 Option to Extend the Terms of the Contract (Nov 1999
52.217-8 -- Option to Extend Services
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.
For questions concerning this solicitation, contact Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones via email at lesha.n.jones.civ@mail.mil or gregory.j.jamison.civ@mail.mil.
TELEPHONE REQUESTS WILL NOT BE HONORED.
ATTACHMENTS:
Schedule of Services
Combine Synopsis/Solicitation
Performance Work Statement

Opportunity closing date
06 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army ACC - APG (W91ZLK) TENANT CONTRACTING DIV United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?