Skip to main content

An official website of the United States government

You have 2 new alerts

Mobile & Stationary Equipment Maintenance and Repair

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Apr 04, 2023 12:51 pm EDT
  • Original Published Date: Mar 22, 2023 01:51 pm EDT
  • Updated Date Offers Due: Apr 11, 2023 11:59 am EDT
  • Original Date Offers Due: Apr 11, 2023 11:59 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 28, 2023
  • Original Inactive Date: Apr 28, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J023 - MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA

Description

04/04/2023 Questions and Answers have been uploaded

Place of Delivery/Performance: 

U.S. Army Research Laboratory

                                    Shipping & Receiving Bldg 434

                                    Aberdeen Proving Ground

                                    APG, MD 21005-5001

AVAILABILITY OF FUNDS (AFARS 5132.702)

            Funds are not presently available for this acquisition.  No contract award will be made until appropriated funds are made available from which payment for contract purposes can be made.

(i)  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.

                        (ii)  The solicitation number is W911QX23R0018.  This acquisition is issued as an request for quotation (RFQ).  

                        (iii)  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02, effective 02/14/2023.

                        (iv)  The associated NAICS code is 811310.  The small business size standard is $11,000,000 annual revenue.

                        (v)   The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

BASE: CLIN 0001 Preventative Maintenance 1x per year (Annual) for Mobile Equipment (Quantity (QTY): One-hundred twenty-five (125), Unit: Each, (FFP), Preventative Maintenance 2x per year (Annual/Lift Inspection and Semi-Annual) for Mobile Equipment (QTY: One-hundred forty-five (145), Unit: Each, (FFP)

BASE: CLIN 0002 Inspection / Load Test Stationary Equipment ( (QTY) 12; Unit: Months), (FFP)

BASE: CLIN 0003 Service Calls for Repairs (QTY: 1,475, Unit: Hours (Hourly rate(s)))(T&M)

BASE: CLIN 0004 Reimbursable Parts (QTY: One (1), Unit: Job (Actual Cost of parts))). (T&M)

OPTION 1: CLIN 0005 Preventative Maintenance 1x per year (Annual) for Mobile Equipment (Quantity (QTY): One-hundred thirty (130), Unit: Each, (FFP), Preventative Maintenance 2x per year (Annual/Lift Inspection and Semi-Annual) for Mobile Equipment (QTY: One-hundred fifty (150), Unit: Each, (FFP)

OPTION 1: CLIN 0006 Inspection / Load Test Stationary Equipment ( QTY 12, Unit: Months. (FFP)

OPTION 1: CLIN 0007 Service Calls for Repairs (QTY: 1,475, Unit: Hours (Hourly rate(s)))(T&M)

OPTION 1: CLIN 0008 Reimbursable Parts (QTY: One (1), Unit: Job (Actual Cost of parts))). (T&M)

OPTION 2: CLIN 0010 Preventative Maintenance 1x per year (Annual) for Mobile Equipment (Quantity (QTY): One-hundred thirty-five (135), Unit: Each, (FFP), Preventative Maintenance 2x per year (Annual/Lift Inspection and Semi-Annual) for Mobile Equipment (QTY: One-hundred fifty-five (155), Unit: Each, (FFP)

OPTION2: CLIN 0011 Inspection / Load Test Stationary Equipment ( QTY 12, Unit: Months. (FFP)

OPTION 2: CLIN 0012 Service Calls for Repairs (QTY: 1,475, Unit: Hours (Hourly rate(s)))(T&M)

OPTION 2: CLIN 0013 Reimbursable Parts (QTY: One (1), Unit: Job (Actual Cost of parts))). (T&M)

For the reimbursable parts CLINs, the Government will include an $ 120,000.00 ceiling for the base year, a $122,400.00 ceiling for option year one (OY1), and a $124,848.00 ceiling for option year two (OY2) for evaluation purposes. Offerors shall not submit any costs of various parts in their offer.

                        (vi)  Description of requirements: SEE ATTACHED PERFORMANCE WORK STATEMENT (PWS) FOR DETAILED DESCRIPTION OF REQUIREMENTS.

                        (vii) Period of Performance for the base year is twelve (12) months with two (2) twelve (12) month or one-year option periods for a potential of 36 months.  Performance is located at Aberdeen Proving Ground (APG), MD 21005.  Acceptance shall be performed at Army Research Laboratory Aberdeen Proving Ground (APG), MD 21005.

                        (viii) The provision at 52.212-1, Instructions to Offerors – Commercial DEVIATION 2018-O0018, applies to this acquisition.  The following addenda have been attached to this provision: N/A

                        (ix)  The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.  The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: 

Evaluation Criteria – Comparative Evaluation

The specific evaluation is to be used as follows: 

In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized.  Comparative evaluation is the comparison of all offers received in response to this solicitation against each other.  An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the government.  Award will be made to the offer that is most advantageous to the Government.  The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government.  In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation.  The below evaluation factors will be utilized during evaluation (in no order of relative importance): 

Price:

Price will be evaluated based on the total proposed price, including options, (if any). The Government reserves the right and discretion to perform price realism analysis on any offer that appears to be so low as to pose a risk to the Government in understanding the requirements of the solicitation.

Technical Acceptability:

The technical acceptability element of the evaluation will be a determination as to whether the proposed product/service meets the performance characteristics and specifications in the solicitation.  The Technical element of the evaluation shall be based solely on information furnished by the vendor.  The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement.  If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.

Past Performance:

Past performance will be evaluated on an acceptable/unacceptable rating basis. An “Acceptable” rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates.  An “Unacceptable” rating is defined as the Government having minimal confidence that the the offeror can complete all requirements under the contract and meet stated delivery dates.  The ratings will be based upon past performance information submitted by past performance information the Government obtains. Only offerors rated “Acceptable” will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated “Acceptable”.

Small Business:

All Offerors (both Large and Small Businesses) will be evaluated on the level of practicable proposed participation of United States Small Businesses in the performance of acquisition (as Small Business prime offerors or Small Business subcontractors) relative to the objectives established herein.

                        (x)  Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

                        (xi)  The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause:  

52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (DEC 2022) ALTERNATE I

                        (xii)  The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.  The following additional FAR/DFARS clauses cited in this clause are applicable: FAR:

52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020)

52.203-6 ALT I RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (NOV 2021) – ALTERNATE I

52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUN 2020)

52.209-6, PROTECTING THE GOVERNMENT INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)

52.209-7, Information Regarding Responsibility Matters (Oct 2018)

52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018)

52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022)

52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2022)

52.219-14, LIMITATIONS ON SUBCONTRACTING (OCT 2022)

52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (OCT 2022)

52.222-3 CONVICT LABOR (JUN 2003)

52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (DEC 2022)

52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015)

52.222-26, EQUAL OPPORTUNITY (SEP 2016)

52.222-35, EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)

52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 2020)

52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (JUN 2020)

52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)

52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021)

52.223-12, MAINTENANCE, SERVICE, REPAIR, OR DISPOSAL OF REFRIGERATION EQUIPMENT AND AIR CONDITIONERS (JUN 2016)

52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020)

52.223-20, AEROSOLS (JUN 2016)

52.223-21, FOAMS (JUN 2016)

52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021)

52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)

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)

52.222-53, EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTRACTS FOR CERTAIN SERVICES--REQUIREMENTS (MAY 2014)

DFARS:

52.203-3 GRATUITIES (APR 1984)

252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022)

252.204-7004, DOD ANTITERRORISM AWARENESS TRAINING FOR CONTRACTORS (JAN 2023)

252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)

252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (JAN 2023)

252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)

252.204-7017,  PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (MAY 2021)

252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)

252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL (SEP 2019)

252.215-7008 ONLY ONE OFFER (DEC 2022)

252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JAN 2023)

252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022)

252.225-7052, RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (JANT 2023)

252.225-7055, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022)

252.225-7056, PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023)

252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)

252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JAN 2023

252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2022)

252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JAN 2023)

252.246-7003, NOTIFICATION OF POTENTIAL SAFETY ISSUES (JAN 2023)

252.246-7008, SOURCES OF ELECTRONIC PARTS (JAN 2023)

252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)

                        (xiii)  The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)

52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (NOV 2021)

52.212-2, EVALUATION - COMMERCIAL ITEMS (NOV 2021)

52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (DEC 2022)

52.212-3 ALT I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (DEC 2022) ALT I (OCT 2014)

52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Dec 2022)

52.212-4 ALT I, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (DEC 2022) ALT I (NOV 2021)

52.204-21, BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021)

52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)

52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)

52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)

52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)

52.209-7, INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)

52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021)

252.201-7000, CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991)

252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016)

252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (JAN 2023)

252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)

252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)

52.232-18, AVAILABILITY OF FUNDS (APR 1984)

LOCAL INSTRUCTIONS:

ACC - APG POINT OF CONTACT

CONTRACTING OFFICER REP

TYPE OF CONTRACT

IF PERFORMANCE PERIOD

NON-PERSONAL SERVICES

DISTRIBUTION STATEMENT C

GOV INSPECTION AND ACCEPTANCE

EXERCISE OF OPTION

TAX EXEMPTION CERT. (APG)

PAYMENT INSTRUCTIONS

RECEIVING ROOM – ALC

T&M OR LH COST DETAILS

LIMITATION OF COST/FUNDS

SUPERVISION OF EMPLOYEES

WORK HOURS

ID OF CONTRACTOR EMPLOYEES

GOV’T-CONTRACTOR RELATIONSHIPS

REQUIRED INSURANCE COVERAGE

DFARS COMMERCIAL CLAUSES

EXCEPTIONS IN PROPOSAL

DEBRIEF OF UNSUCCESSFUL OFFERS

ADELPHI CONTR. DIVISION URL

FOREIGN NATIONALS PERFORMING

PAYMENT TERMS

AVAILABILITY OF FUNDS

INCREMENTAL FUNDING

                        (xiv)  This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.

                        (xv)  The following notes apply to this announcement:  In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.

                        (xvi)  Questions are due by 04 April 2023 at lavon.m.lewis2.ctr@army.mil. Offers are due on 11 April 2023, by 11:59AM Eastern Standard Time (EST), at lavon.m.lewis2.ctr@army.mil.

                        (xvii)  For information regarding this solicitation, please contact Lavon Lewis, lavon.m.lewis2.ctr@army.mil.

Contact Information

Contracting Office Address

  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA

Primary Point of Contact

Secondary Point of Contact

History