Skip to main content

An official website of the United States government

You have 2 new alerts

SUPERBOX Depleted Uranium (DU) Containment Facility

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 (Original)
  • Original Published Date: Jan 07, 2022 04:45 pm EST
  • Original Date Offers Due: Feb 08, 2022 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 23, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J052 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS
  • NAICS Code:
    • 81131 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA

Description

SUPERBOX

Depleted Uranium (DU) Containment Facility

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) 2005-99 (15 June 2018). The solicitation number for this request for proposal (RFP) is W91ZLK-22-R-0004.

This solicitation is being issued as 100% small business set-aside under the associated North American Industry Classification System (NAICS) Code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Government contemplates award of a Firm-Fixed Price (FFP)/ Time & Material (T&M) hybrid 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 offeror shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) and CLIN structure please see attached Schedule of Services.

SUPERBOX also known as Depleted Uranium (DU) Containment Facility- W91ZLK-22-R-0004.  Price proposals shall include Firm Fixed Pricing for quarterly maintenance/ Painting and Time & Materials for emergency and routine repairs of the SUPERBOX test site to include its constituent systems and components. The period of performance estimated date will be 15 March 2022- 14 March 2025 for a total of (1) base year and (2) 12 month option.

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 and time & materials with all estimated totals for CLINs.

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 (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.

The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart

42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.

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-22-R-0004 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.

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, 0003, 1001, 1003, 2001, and 2003.  The hourly rate proposed for labor categories on Time & Material CLINs 0002, 1002, and 2002.  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.

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

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 (Deviation 2013-O0019) (No 2017).

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)).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 2016).

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020).

52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (Aug 2020).

52.204-26, Covered Telecommunications Equipment Or Services—Representation (Oct 2020). 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—

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).

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.

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).

52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).

52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793).

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.

52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

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)).

52.222-51, 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.).

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.).

52.222-54, Employment Eligibility Verification (JUL 2012).

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).

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.

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

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.

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 than1500 or 3:00 p.m. Eastern Time, 22 January 2022, to lesha.n.jones.civ@army.mil or gregory.j.jamison.civ@army.mil.

Responses to this solicitation must be signed, dated, and received no later than 1500 or 3:00 p.m. Eastern Time, 8 February 2022. Responses must be sent by email directly to the Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones lesha.n.jones.civ@army.mil or gregory.j.jamison.civ@army.mil.

Primary Point of Contact:

Lesha Jones Contract Specialist

lesha.n.jones.civ@army.mil

NO TELEPHONE INQUIRES WILL BE HONORED

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

NO TELEPHONE INQUIRES WILL BE HONORED ATTACHMENTS:

Combine Synopsis/Solicitation

Schedule of Services

Performance Work Statement

Exhibit 1 Superbox layout

Exhibit 2 Superbox

Exhibit 3 Map

Exhibit 4 Painting

Exhibit 5 Dimensions for paint

Exhibit 6 CDRL’s

Contact Information

Contracting Office Address

  • INSTALLATION AND TECHNOLOGY DIV 6472 INTEGRITY COURT BLDG 4401
  • ABER PROV GRD , MD 21005
  • USA

Primary Point of Contact

Secondary Point of Contact

History