Skip to main content

An official website of the United States government

You have 2 new alerts

Rectifier Replacement

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: Sep 01, 2022 04:47 pm EDT
  • Original Date Offers Due: Sep 09, 2022 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 24, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5995 - CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA

Description

Synopsis:

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 effective June 10, 2021.

The synopsis/ solicitation number: W91ZLK-22--Q-00069.

Description of Requirement:

The Mid-Atlantic Network enterprise center Aberdeen Proving Ground Maryland 21010 is seeking Contractor to provide Preventative Maintenance (PM); perform minor repairs/corrective actions on PM items and provide emergency service for the MARNEC APG Uninterruptible Power Supply (UPS) systems, located through the Aberdeen and Edgewood Areas of Aberdeen Proving Ground.

The contractor shall perform preventative maintenance; perform minor repairs and/or corrective actions; provide onsite, next day service; and provide 24 hours 7 days emergency phone support service for all MARNEC APG UPS systems as required.

The work locations for this Performance Work Statement will consists of multiple buildings within both the Aberdeen and Edgewood Areas of Aberdeen Proving Ground. 

Items and materials not listed, which are incidental to the work being accomplished, shall be as recommended by the product manufacturer and / or in compliance with current industry and Army I3A standards. For more specific information regarding this requirement, please refer to the Performance Work Statement (PWS) attached.

 For Specific information please refer to the attached Statement of Work.

This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13 Simplified Procedures for Commercial Items. This requirement is being solicited as a set-aside 100% for small business by NAICS Code: 335999. The Government contemplates an award of a Firm-Fixed Price (FFP) type contract and will be evaluated on the basis of Lowest Priced offer that meets all the requirement listed in the Performance Work Statement (PWS).

Proposals shall be submitted as price and technical:

Proposal: Please submit detailed price proposal in accordance with the Statement of Work. The Price proposal shall clearly identify the firm fixed price unit prices. Offeror's cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1. 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. Partial quotes will not be evaluated.

Technical acceptability will be based on a proposal that meets all the requirements stated in the Performance Work Statement (PWS). Technical proposal shall be rated as Acceptable, or Unacceptable. To receive consideration for award, Contractor shall achieve technically acceptable rating on all requirements listed in the PWS.

Award without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.

Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. In order for Prospective offerors, to qualify as sources for this acquisition, offerors must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award shall be made to an Offeror who has been determined non-responsible by the Contracting Officer.

Instructions to Offerors:

  • Contracts shall be awarded in the following order of priority when two or more low bids are equal in all respects:

    1. Small business Developmental Program 8(a) active participant.

    1. Small business socioeconomic contracting programs participants.

    1. Other Small business concerns.

  • The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.
  • The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal.

  • 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.

  • By submitting a quote the Contractor agrees to the notations identified in the Statement of Work.
  • All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), https://sam.gov/ database prior to award will not be considered. Vendors may register with SAM online at the website link provided.
  • The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest.
  • For questions concerning this solicitation, contact Lenard Wright, Contract Specialist, via e-mail at  lenard.b.wright.civ@army.mil. All questions must be received by September 6, 2022, at 4:00 p.m. Eastern Time.
  • All quotations must be signed, dated, and submitted via email to  lenard.b.wright.civ@army.mil by September 8, 2022, at 4:00 p.m. Eastern Time. (Preferred method)
  •  or via U.S. Mail at:

US Army Contracting Command- Aberdeen Proving Ground, Tenant Contracting Division

ATTN: Lenard Wright, C3-Pod 21  

6565 Surveillance Loop, 3rd Floor. Room C3-111

Aberdeen Proving Ground, MD 21005

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://acquisition.gov   

The following clauses and provisions are incorporated by reference:

FAR 52.204-7 System for Award Management

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

FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation.

FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Rep NOV 2015

FAR 52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations.

FAR 52.212-1 Instructions to Offerors -- Commercial Items.

FAR 52.212-2, Evaluation- Commercial Items

FAR 52.212-3, Offeror Representations and Certifications - Commercial Items

FAR 52.212-4 Contract Terms and Conditions--Commercial Items

FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.

FAR 52.219-28, Post-Award Small Business Program Representation

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-50 Combating Trafficking in Persons

FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications

FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management.

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.233-1 Disputes.

FAR 52.233-3, Protest After Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.243-1, Changes- Fixed Price

FAR 52.246-2 -- Inspection of Supplies -- Fixed-Price

FAR 52.247-34 F.O.B. Destination

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.

DFARS 252.204-7003 Control of Government Personnel Work Product.

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors.         

 DFARS 252-211-7003, Item Identification and Valuation

DFARS 252-215-7007, Notice of Intent to Re-solicit

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

DFARS 252.232-7006, Wide Area Workflow Payment Instructions.

DFARS 252.232-7010 Levies on Contract Payments.

DFARS 252.243-7001 Pricing of Contract Modifications.

DFARS 252.244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea

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