Massachusetts Bids > Bid Detail

Service and Preventative Maintenance Agreement for Highly Sensitive, Mission Critical Agilent Instrumentation

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159094158756266
Posted Date: Mar 2, 2023
Due Date: Mar 3, 2023
Solicitation No: W911QY-23-R-1011
Source: https://sam.gov/opp/9336cf4715...
Follow
Service and Preventative Maintenance Agreement for Highly Sensitive, Mission Critical Agilent Instrumentation
Active
Contract Opportunity
Notice ID
W911QY-23-R-1011
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG NATICK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 02, 2023 05:12 pm EST
  • Original Published Date: Feb 16, 2023 12:38 pm EST
  • Updated Date Offers Due: Mar 03, 2023 03:00 pm EST
  • Original Date Offers Due: Mar 03, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 18, 2023
  • Original Inactive Date: Mar 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Natick , MA 01760
    USA
Description

The U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Natick Division, in support of the U.S. Army Combat Capabilities Development Command – Soldier Center (DEVCOM-SC) located in Natick, MA has a requirement for yearly preventative maintenance (PM) and service agreements for highly sensitive, mission critical Agilent instrumentation, in accordance with the Statement of Work (SOW).



This is a combined synopsis and solicitation for commercial services 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. Request For Proposal (RFP) number is W911QY-23-R-1011.



All timely offers will be considered, and proposal submission shall be in accordance with Submission Instructions contained herein. Evaluation factors are Technical Capability, Price, and Past Performance. The Government intends to make award to the Offeror whose proposal represents the Best Value to the Government.



This requirement is set for full and open competition. NAICS Code is 811210 - Electronic and Precision Equipment Repair and Maintenance. The size standard is $34M. The Army’s Office for Small Business Programs concurs with the full and open competition determination. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. FAR Clauses 52.212-1 through 52.212-5 and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement.



The Government contemplates an award of a Firm-Fixed-Price (FFP) contract resulting from this solicitation. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices shall apply.



Submission Instructions:



All Offerors shall submit a proposal consisting of three sections. These three sections shall be labeled: Section I – Technical Proposal; Section II – Pricing; and Section III – Past Performance. No pricing information shall be submitted in Section I.



Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services.



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



(i) Technical capability of services offered to meet Government requirements:



1. Please see the attached Statement of Work (SOW) for technical requirements.

2. Supporting documentation for requirements in the SOW can be found in the additional attachments of this requirement.



(ii) Price: Offeror shall submit itemized labor categories, hourly labor rates, number of labor hours, and detailed travel expenses for each year.



(iii) Past Performance:

Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the Offeror. Offerors shall submit three (3) recent and relevant past performance examples performed within the last three (3) years.



Each example shall not exceed two (2) pages and shall include the following:



a. Contract number, date of award, order number if applicable, CAGE code, DUNS number, and North American Industry Classification System (NAICS) code.

b. Government contracting activity, Contracting Officer name, telephone number, and email address.

c. Government Contracting Officer Representative (COR) and/or technical representative, telephone number, and email address.

d. If Offeror performed as a subcontractor, prime contractor company name, point of contact name, telephone number, and email address in lieu of or in addition to the contact information required in (b) and (c) above.

e. Contract type.

f. Awarded price/cost.

g. Description of the specific tasks or activities performed by the Offeror itself under the contract.

h. Narrative: Offerors shall provide a narrative for each past performance example. The narrative shall describe the contract listed, the contract objectives achieved by the Offeror, and how the contract is relevant to the requirements of this solicitation.



Offerors shall state if they have no recent or relevant past performance.



In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.



Technical and past performance, when combined, are more important than price.



(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).





(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





Offers shall be e-mailed to the Contract Specialist Chris Welsh at richard.c.welsh2.civ@army.mil and to the Contracting Officer Nicole Bernier at nicole.e.bernier.civ@army.mil. Required Period of Performance: The base period will be from the Date of Award through twelve (12) months thereafter with four (4) option years. The total anticipated Period of Performance is 60 months. Offers must be received by 3:00 pm EST on 03 March 2023. Offers received after this date are late and will not be considered for award. For information on this acquisition, contact Chris Welsh at richard.c.welsh2.civ@army.mil and Nicole Bernier at nicole.e.bernier.civ@army.mil via email only. All questions regarding this solicitation must be received prior to 3:00 pm EST on 28 February 2023 to guarantee that they are answered before proposals are due.


Attachments/Links
Contact Information
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >