Massachusetts Bids > Bid Detail

Chemical Fume Hood and Elephant Trunk Repair and Installation

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159612436877225
Posted Date: Jan 27, 2023
Due Date: Feb 10, 2023
Solicitation No: W911QY-23-R-1010
Source: https://sam.gov/opp/4e6d1d9469...
Follow
Chemical Fume Hood and Elephant Trunk Repair and Installation
Active
Contract Opportunity
Notice ID
W911QY-23-R-1010
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 27, 2023 02:22 pm EST
  • Original Date Offers Due: Feb 10, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5450 - MISCELLANEOUS PREFABRICATED STRUCTURES
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Natick , MA 01760
    USA
Description

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.



The solicitation is being issued as a Request for Proposal (RFP); solicitation number is W911QY-23-R-1010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023‐01, effective 1 December 2022.



The US Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC) has a requirement to establish one or multiple Blanket Purchase Agreements (BPA) in order to procure services for chemical fume hood repair, maintenance and preventative upkeep at DEVCOM-SC in Natick, MA. Many chemical fume hoods are not functioning effectively, rendering them inadequate for use in research. These hoods have failed the certification process and need to be inspected, repaired, and certified immediately so that the mission can continue.



This requirement is not a small business set aside and will be awarded using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The size standard is $12,500,000.00.



DESCRIPTION OF REQUIREMENT:



The Contractor shall provide services to repair, maintain, and provide preventative upkeep to the chemical fume hoods located at DEVCOM-SC. The contractor shall have the capability to install new chemical fume hoods, repair and maintain the duct work on the roofs of DEVCOM-SC, and maintain and repair the elephant trunk (snorkels) on an as-needed basis that are being utilized at DEVCOM-SC. The government also requires the ability for the contractor to install new elephant trunks in the labs and shops as well:





a. General Requirements.





The contractor's primary focus shall be to:





(1) The contractor shall be qualified and licensed to conduct work/work on chemical fume hoods and elephant trunks for laboratory/industry use.





(2) The contractor shall maintain the chemical fume hoods and elephant trunks in accordance with American National Standards Institute/American Industrial Hygiene Association Z9.5 Laboratory Ventilation (ANSI/AIHA Z9.5) Standard.





(3) Conduct routine maintenance and upkeep of the working chemical fume hoods in Buildings 3, 4, 5, 16, 36, and 110 to prevent problems from emerging. Repair all the failed hoods in Buildings 3, 4, 5, 16, 36 and 110 to full working order. The contractor shall supply all the necessary tools, parts, equipment, and personnel to achieve this requirement.





(4) Examine, fix, and maintain the chemical fume hood duct work on the roofs (and duct work leading up to the roofs) of Buildings 3, 4, 5, 16, 36 and 110 to full working order to prevent any potential malfunctions of the duct work and the hoods that the duct work serves.





(5) Be on call for any potential services related to the routine maintenance, repair, and preventive upkeep of all the chemical fume hoods AND chemical fume hood roofing duct work at Soldier Center on an as needed basis through the year.





(6) Conduct routine maintenance and upkeep of the elephant trunks in Buildings 3, 4, 5, 16, 36, and 110 to prevent problems from emerging. Repair all the elephant trunks in Buildings 3, 4, 5, 16, 36 and 110 to full working order. The contractor shall supply all the necessary tools, parts, equipment, and personnel to achieve this requirement.





(7) Examine, fix, and maintain the elephant trunk duct work on the roofs (and duct work leading up to the roofs) of Buildings 3, 4, 5, 16, 36 and 110 to full working order to prevent any potential malfunctions of the duct work and the hoods that the duct work serves.





(8) Be able to install a new fully functional chemical fume hood exhaust system including all duct work and electrical wiring at Soldier Center and be able to maintain all aspects of this system when potential problems emerge.





(9) Be able to install new fully functional elephant trunk system including all duct work and electrical wiring at Soldier Center and be able to maintain all aspects of this system when potential problems emerge.





b. Specific Requirements: The contractor shall:





1. Verify and repair air flow velocity of each fume hood and elephant trunk



2. Inspect and repair exhaust blowers for each hood and elephant trunk



3. Inspect and repair pulleys on elephant trunks and fume hoods



4. Inspect and repair belts on elephant trunks and fume hoods



5. Calibrate chemical fume hoods and elephant trunks



6. Provide the replacement parts for both elephant trunks and fume hoods



7. Clean and repair hood exhaust intake (as needed) on elephant trunks and fume hoods



8. Repair (change indicator bulbs, alarm/status systems) adjustable frequency drives (Cutler-Hammer IS903) if relevant on elephant trunks and fume hoods





Further description in Attachment 1 – Chemical Fume Hood Repair - Statement of Work (SOW).





1. Additional terms and conditions are contained in Attachment 2 ‐ Blanket Purchase Agreement, and clauses incorporated by reference or by full text below.



2. Contract Line Item Numbers will be dependent on individual Calls issued under the resultant BPA.



3. The intention of the Government is to award approximately one (1) to two (2) BPAs to responsible firm(s) that demonstrate a capability to provide the requested testing and/or specimen analysis services. The Government reserves the right to award additional BPAs beyond the estimated number, or award no BPAs, from this combined synopsis/solicitation as determined to be in the Government’s best interest. BPAs do not obligate any funds and are not binding contracts. The Government will be obligated only to the extent that authorized BPA Calls are actually made under these agreements.



4. BPAs will be evaluated annually and may remain in place for up to three (3) years. The total maximum amount of all BPAs (combined) awarded under this solicitation is $5,000,000.00 for the total three‐year duration. No individual BPA Call will exceed the amount of $250,000.00. The establishment of a BPA does not imply any agreement on the part of the Government to place future Calls with the BPA holder. The Government makes no representation as to the number of Calls or actual amount of services to be ordered.



5. Calls for new work made against any BPA(s) awarded under this solicitation will be competed among all BPA holders with the capability to execute the work. BPA Holders notified electronically of new Call/RFQ requirements through the issuance of a Call or RFQ e‐mail from either the Contracting Officer or authorized Ordering Officer. Failure to submit a complete and timely response to a BPA Call/Request for Quote (RFQ) may result in it being determined non‐responsive to the Call/RFQ.



(a) The Government reserves the right to set aside any Call/RFQ requirement to any Small Business BPA Holder(s).

(b) The Government reserves the right to exclude any BPA Holder due to lack of satisfactory performance on prior BPA Calls.

(c) The Government reserves the right to issue Calls and/or Call modifications directly to BPA holders for follow‐on work related to or resulting from previous tests already conducted.





SUBMISSION REQUIREMENTS:





The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Proposals should be prepared simply and provide concise description of capabilities to satisfactorily perform all requirements. Responses to this announcement shall include:





1. A letter, signed by an authorized official of the Offeror, formerly submitting the proposal and containing company name and address, Cage Code, EUID Number, TIN, business size and type (i.e., large, small, small and disadvantaged, 8(a)certified, woman‐owned small, HUB Zone certified small, or service-disabled veteran‐owned small business) for the applicable NAICS code, and Point of Contact information. The letter shall also include acknowledgement of amendments, if any, to this solicitation.



2. A narrative, limited to 10 pages, explaining your ability to perform the work described in the SOW (Attachment 1) including relevant past performance information. The narrative shall also include three (3) past performance references for related services within the last five (5) years to include:

(a) Contract number, title, and brief description;

(b) Name, e‐mail address, and telephone number of requiring activity POC;

(c) Name, e‐mail address, and telephone number of the Government Contracting Officer;

(d) Contract type and Period of performance;

(e) Awarded price/cost and Final, or projected final, price/cost.



3. Current list of tests that address the requirements identified in the SOW.



4. Provide evidence of the following:

(a) The quality management process in place with traceability of materials and calibration of equipment;

(b) Internal quality reproduction of testing and/or specimen development; and

(c) Documentation of staff training on equipment.



5. Current price list containing prices for each of the fabrications and/or tests specifically identified in the SOW. Offeror is encouraged to also submit their current standard commercial price list for other services not listed in the SOW, especially for any fabric testing or fabrication that may be applicable to the SOW requirements. The price list must include labor and materials rates as additional testing required may be required on a time‐and materials basis. The price list must include labor, materials, and other rates (such as hourly range rates) that may be used in order to quote* additional testing that may be requested by the Government. *Although these quotes may include an estimate of time‐and‐materials based upon Government requirements, all Calls shall be Firm‐Fixed Price.



6. Completed and signed representations and certifications (Attachment 3).



7. As prescribed in DFARS 252.204‐7007, interested parties must be registered with System for Award Management (SAM) under the NAICS 811310. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov. Interested parties must also be current with VETS‐4212 filings (see FAR 22.13). Contractors are encouraged to complete SAM registration and VETS‐4212 filings as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM or file their VETS‐4212.

The responses to this solicitation/synopsis shall be submitted VIA E‐MAIL ONLY. Ensure that the e‐mail is clearly marked to indicate its contents, the solicitation number, and the identity of the firm submitting. Proposals may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your proposal.





EVALUATION CRITERIA:





BASIS FOR AWARD: Award will be made to the responsible vendor(s) that represent Best Value to the Government. The Government intends to evaluate submittals and award each BPA without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.





The Factors that shall be used to determine Best Value, in order of importance are as follows: Technical/Facility Requirements, Past Performance, and Price. These factors are further described below:





1. Technical/Facility Requirements:





a) The Offeror seeking a testing BPA award must be able to prove that they have the ability to test in accordance with International Organization for Standardization (ISO), American Society for Testing and Materials (ASTM), American Association of Textile Chemists and Colorists (AATCC), European Standards (EN) and other similar standardized tests. The contractor does not need to be certified, however they do need to be able to perform testing in accordance with the procedures outlined in those standards.



b) The Offeror seeking a testing BPA award must be able to perform, at a minimum, all of the testing needs (i.e., standard, nonstandard and developmental) described in the SOW. This is an ALL or NONE requirement. Offeror’s shall provide a narrative in their proposal that describes/supports its claims to be able to perform the testing called for in the SOW. Proposals that cover less than all of the services specifically identified in the SOW will be rejected as non‐responsive.



c) The Offeror seeking a specimen fabrication BPA award must be able to produce, at a minimum, all of the specimens listed in the SOW. This is an ALL or NONE requirement. Offeror’s shall provide a narrative that describes/supports its claims to be able to execute the specimen fabrication called for in the SOW in their proposal. Proposals that cover less than all of the services specifically identified in the SOW will be rejected as non‐responsive.



d) The Offeror seeking a BPA award must have documented quality, training and calibration measures in place.





2. Past Performance: The Government will evaluate the Offeror’s record of past performance in work relevant to the type as called for in the SOW. Offerors are advised that, in addition to the Past Performance information requested in the Submission Requirements above, the Government may obtain Past Performance information from interviews/questionnaires tailored to the circumstances of this acquisition and/or any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials; and the Defense Contract Management Agency.



3. Price: The Government will evaluate the pricing proposed by the Offeror for fairness and reasonableness based upon comparative pricing received from other offerors and upon the Government’s knowledge of and previous experience with these services, to include comparisons with available GSA Schedule pricing for similar services.





The Contracting Officer may only award BPAs to responsible organizations whose proposals conform to this combined synopsis/solicitation and offer the best overall value to the Government. Any Offeror’s proposal that merely offers to perform work according to the terms of the RFP or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non‐responsive.





CLAUSES AND PROVISIONS:





The following clauses and provisions are incorporated by reference:





Provision 52.212‐1, Instructions to Offerors – Commercial Items, applies to this acquisition and Addenda to this clause are contained in the section entitled “SUBMISSION REQUIREMENTS” above.





Provision 52.212‐2, Evaluation ‐‐ Commercial Items, applies and specific evaluation criteria to be used are contained in the section “EVALUATION CRITERIA” above.





Provision 52.212‐3 Offeror Representations and Certifications – Commercial Items, Alt I, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 4 above.





Clause 52.212‐4, Contract Terms and Conditions ‐‐ Commercial Items, applies to this acquisition and the Statement of Work (SOW), Blanket Purchase Agreement, and additional terms and conditions below shall be included as addenda to this clause. IAW FAR 52.212‐4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), shall also incorporated by reference into and resultant Agreement.





Clause 52.212‐5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ‐‐



Commercial Items, applies to this acquisition.



ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE:



52.204‐2 Security Requirements

52.204‐7 System for Award Management

52.204‐10 Reporting Executive Compensation and First‐Tier Subcontract Awards 52.204‐13 System for Award Management Maintenance

52.204‐16 Commercial and Government Entity Code Reporting 52.204‐17 Ownership or Control of Offeror

52.204‐18 Commercial and Government Entity Code Maintenance 52.204‐20 Predecessor of Offeror

52.204‐21 Basic Safeguarding of Covered Contractor Information Systems

52.204‐22 Alternative Line Item Proposal

52.204‐26 Covered Telecommunications Equipment or Services‐Representation

52.209‐6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209‐10 Prohibition on Contracting With Inverted Domestic Corporations

52.219‐28 Post Award Small Business Program Representation

52.222‐3 Convict Labor

52.222‐21 Prohibition of Segregated Facilities

52.222‐22 Previous Contracts and Compliance Reports 52.222‐25 Affirmative Action Compliance

52.222‐26 Equal Opportunity

52.222‐35 Equal Opportunity for Veterans

52.222‐36 Affirmative Action For Workers With Disabilities

52.222‐37 Employment Reports on Veterans

52.222‐50 Combating Trafficking in Persons

52.223‐18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225‐13 Restrictions on Certain Foreign Purchases

52.232‐23 (Alt I) Assignment of Claims

52.232‐33 Payment by Electronic Funds Transfer‐‐System for Award Management 52.232‐39 Unenforceability of Unauthorized Obligations

52.232‐40 Providing Accelerated Payments to Small Business Subcontractors 52.245‐1 Government Property

52.245‐9 Use and Charges

52.247‐34 F.O.B. Destination

52.252‐6 Authorized Deviations in Clauses

52.253‐1 Computer Generated Forms

252.201‐7000 Contracting Officer's Representative

252.203‐7000 Requirements Relating to Compensation of Former DoD Officials 252.203‐7002 Requirement to Inform Employees of Whistleblower Rights

252.203‐7005 Representation Relating to Compensation of Former DoD Officials 252.204‐7000 Disclosure of Information

252.204‐7003 Control of Government Personnel Work Product

252.204‐7008 Compliance with Safeguarding Covered Defense Information Controls

252.204‐7012 Safeguarding of Covered Defense Information and Cyber Incident Reporting 252.204‐7015 Notice of Authorized Disclosure of Information for Litigation Support

252.204‐7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.204‐7019 Notice of NIST SP 800‐171 DoD Assessment Requirements 252.204‐7020 NIST SP 800‐171 DoD Assessment Requirements

252.211‐7003 Item Identification and Valuation

252.211‐7007 Reporting of Government‐Furnished Property

252.213‐7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System‐ Statistical Reporting in Past Performance Evaluations

252.223‐7002 Safety Precautions for Ammunition and Explosives

252.223‐7003 Change in Place of Performance‐‐Ammunition and Explosives 252.225‐7048 Export‐Controlled Items

252.227‐7015 Technical Data–Commercial Items

252.227‐7027 Deferred Ordering of Technical Data or Computer Software 252.227‐7037 Validation of Restrictive Markings on Technical Data

252.232‐7003 Electronic Submission of Payment Requests and Receiving Reports 252.232‐7006 Wide Area Work Flow Payment Instructions

252.232‐7010 Levies on Contract Payments

252.242‐7005 Contractor Business Systems

252.243‐7001 Pricing Of Contract Modifications 252.244‐7000 Subcontracts for Commercial Items

252.245‐7001 Tagging, Labeling, and Marking of Government‐Furnished Property 252.245‐7002 Reporting Loss of Government Property

252.245‐7003 Contractor Property Management System Administration

252.245‐7004 Reporting, Reutilization, and Disposal

252.247‐7023 Transportation by Sea





52.204‐24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

As prescribed in 4.2105(a), insert the following provision:





Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)





The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204‐26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212‐3, Offeror Representations and Certifications‐Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204‐26, or in paragraph (v)(2)(ii) of the provision at 52.212‐3.





a) Definitions. As used in this provision—





Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204‐25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.





b) Prohibition.



1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115‐232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to –

i. Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third‐party, such as backhaul, roaming, or interconnection arrangements; or



ii. Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.



2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115‐232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to—



i. Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third‐party, such as backhaul, roaming, or interconnection arrangements; or

ii. Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.





c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".





d) Representation. The Offeror represents that —

1. It □ will, □ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and



2. After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that—



It □ does, □ does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section.





e) Disclosures.





1. Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer:





i. For covered equipment—





(a) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known);



(b) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and



(c) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.





ii. For covered services—





(a) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or



(b) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.





2. Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer:





i. For covered equipment —





a) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known);



b) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and



c) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.





ii. For covered services —





(a) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or



(b) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.



(End of provision)





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 this/these address(es):





www.acquisition.gov



(End of Provision)





52.252‐2 Clauses Incorporated by Reference





This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es):





www.acquisition.gov



(End of Clause)





SUBMISSION OF PROPOSALS:



Proposals shall be submitted electronically to Chris Welsh and Nicole Bernier at the Army Contracting Command, Aberdeen Proving Ground ‐ Natick Division via richard.c.welsh2.civ@army.mil and nicole.e.bernier.civ@army.mil. All proposals shall be submitted by 3:00 pm EST on 10 February 2023.



**Proposals will only be accepted electronically via the e‐mail address provided above. It is the Offeror’s responsibility to confirm that their proposal submission has been received.



QUESTIONS:



Questions regarding this acquisition may contact Chris Welsh with a courtesy copy to Nicole Bernier at the above listed email address. Questions must be received no later than five (5) business days prior to date for receipt of proposals.




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
  • Jan 27, 2023 02:22 pm ESTCombined Synopsis/Solicitation (Original)

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 >