SOLICITATION NOTICE
N -- EMI Chamber B HVAC Replacement
- Notice Date
- 4/30/2025 12:09:13 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- W6QK ACC-APG DIR ABER PROV GRD MD 21005 USA
- ZIP Code
- 21005
- Solicitation Number
- W91ZLK-25-Q-0019
- Response Due
- 5/16/2025 7:00:00 AM
- Archive Date
- 05/31/2025
- Point of Contact
- Toni M Foster
- E-Mail Address
-
toni.m.foster.civ@army.mil
(toni.m.foster.civ@army.mil)
- Description
- This amendment is to add the Combined Synopsis as a full description in Description box and delete it as an attachment. All else remains the same. 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; 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) 2024-07 (29 August 2024). The solicitation number for this requirement is W91ZLK-25-Q-0019. This requirement has been deemed Unrestricted. The associated North American Industry Classification System (NAICS) Code is 238220 and Business Size Standard is $19.0M. The Government contemplates the award of a Firm-Fixed-Price (FFP) contract and will be evaluated based on the Lowest Priced Technically Acceptable (LPTA) offer and Past Performance. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses https://acquisition.gov/far/index.html and http://www.acq.osd.mil/dpap/sitemap.html. Description of Requirement: (SEE ATTACHED SOW) The purpose of this contract is to provide and install a new 40-ton HVAC unit that is to be operational, integrated into existing duct work/wiring. The new unit is to utilize a propane gas-fired heater. A new control system with an operator interface panel should be included and programmed to match the existing system�s modes of operation. The existing system is to be decommissioned and removed. The Statement of Work (SOW) identifies the technical requirements and the acquisition plan. The provision at FAR 52.212-2 - Evaluation � Commercial Items, applies to this acquisition. The contract will be awarded to the LPTA offeror/Past Performance. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal that includes all scopes of work. 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 discussion. All equipment WITHOUT EXCEPTION must be new and any manufacturer's warranty information must be included. All submissions must be BAA Compliant and clearly annotated on the quotation. Please note: All submissions must comply with the SOW and clearly annotate on the proposal all of what is required such as: warranty, past performance, etc. EVALUATION FACTORS: Offerors and major subcontractors shall submit three (3) recent and relevant projects. Recent projects are considered to be efforts in performance or awarded during the past three (3) years prior to this solicitation. Data used shall not extend past three (3) years prior to issue date but may include data generated during the past three years without regard to contract award date. Offerors with no past performance shall so state. 1. Technical: The Technical volume of the proposal will be evaluated against the requirements described in the SOW contained in this solicitation. The Technical Volume will be determined to be �Acceptable� or ""Unacceptable"", using the following ratings: Technical Acceptable/Unacceptable Ratings Rating Description Acceptable--Proposal clearly meets the minimum requirements of the solicitation. Unacceptable--Proposal does not clearly meet the minimum requirements of the solicitation. 2. Past Performance: The proposal must demonstrate satisfactory past performance and contractual completion of relevant projects. Relevant projects are recent projects that are similar to the solicited project in scope, size and/or complexity. Scope relevancy is defined as those projects that demonstrate past performance. As a minimum Offeror shall address the following: Offerors and major subcontractors shall submit three (3) recent and relevant projects. Recent projects are considered to be efforts in performance or awarded during the past three (3) years prior to this solicitation. Data used shall not extend past three (3) years prior to issue date but may include data generated during the past three years without regard to contract award date. Offerors with no past performance shall so state. The Offeror submission of past performance shall contain the following: Section 1 � Offeror Past Performance Contractor/Subcontractor place of performance, CAGE Code and DUNS number Government contracting activity, address, telephone and FAX numbers POCs name, telephone and fax numbers. Government�s technical representative/COR telephone and fax numbers Government contract administration activity and the ACO�s name, telephone and fax numbers Contract Number Contract Type Awarded price/cost Final or projected final price/cost Original delivery schedule Final or projected final delivery schedule Narrative � Offeror shall provide a specific narrative explanation of each contract listed describing the objectives achieved and detailing how the effort is similar to the requirements of this solicitation. For any contracts that did not/do not meet original cost schedule or technical performance requirements, provide a brief explanation of the reasons(s) for the shortcomings and any corrective actions taken to avoid recurrence. The Offeror shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. The Offeror will also provide a copy of any cure notices or show because notices received on each contract listed and a description of any corrective action taken. The Offeror shall indicate whether any of the contracts listed were terminated and the type and reasons for the termination. The Offeror will also specify to what extent subcontractors were involved in gaining related experience, and their level of involvement with respect to the scope of work, objectives achieved, and personnel resources utilized, and how previous contracts relate to this effort. 2. Section 2 Subcontracts � Offerors shall provide an outline of how the effort required by the solicitation will be assigned for performance within the contractor�s corporate entity and among the proposed subcontractors. Offerors shall provide the above-required information for any proposed subcontractor who will perform a significant portion of the effort. A significant portion is defined as performing 10% or more of the total effort. If not applicable, the Offeror shall state. 3. Section 3 New Corporate Entities � New corporate entities may submit data on prior contracts involving its officers and employees. The Offeror shall discuss in detail the role performed by such people in the prior contracts cited. If not applicable The Offeror shall so state. 3. Price: The Government will evaluate the price proposal for award purposes by using price analysis techniques described in FAR 15.404-1(b) based on competition and other factors. Accordingly, the analytical techniques and procedures described in FAR 15.404-1 may be used singly or in combination with others, as determined by the Contracting Officer, to ensure the costs are fair and reasonable. Any significant inconsistency, if unexplained, may raise a fundamental issue of the Offeror�s understanding of the nature and scope of the work required and may be grounds for rejection of the proposal as inadequate. EVALUATION & BASIS FOR AWARD Basis for Award: The Government intends to award Firm-Fixed Price (FFP) contract to the Lowest Priced, Technically Acceptable (LPTA) proposal in accordance with FAR 15.101-2. To receive consideration for award, a rating of �Acceptable� must be achieved for both Factors 1 and 2, Technical and Past Performance. Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such an action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following: Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments: or Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. Evaluation and Source Selection Process Section: Selection of the successful Offeror shall be made following an assessment of each proposal, based on the response to the requirements of this solicitation. Proposals will be evaluated as specified in Proposal Evaluation Section below. Evaluation: The evaluation of proposals submitted in response to this combined synopsis/solicitation shall be conducted in accordance with an LPTA competition. Award without Discussions: In accordance with FAR 52.212-1 (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. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit efficient competition among the most highly rated proposals. Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, to qualify as sources for this acquisition must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award can be given to an Offeror who has been determined non-responsible by the Contracting Officer. PROPOSAL EVALUATION Evaluation Factors: The Technical volume of the proposal will be evaluated against the requirements described in the SOWcontained in this solicitation. The Technical Volume will be determined to be �Acceptable� or �Unacceptable�, using the following ratings: Technical Acceptable/Unacceptable Ratings Rating Description Acceptable � Proposal clearly meets the minimum requirements of the solicitation. Unacceptable � Proposal does not clearly meet the minimum requirements of the solicitation. Technical Proposal: FACTOR I: Technical Factor: The Government will evaluate the offeror's technical proposal based on the technical factors stated above under Factor 1 Instructions, also see the SOW for further details. FACTOR 2: Past Performance Factor: Past Performance rating will be an Offeror's probability of meeting the requirements. Past Performance uses two aspects: relevancy and regency. The assessment is based on the Offeror's record of relevant and recent past performance information that pertains to the products and/or services outlined in the solicitation requirements. Recency is described as contractual efforts undertaken within three years prior to this solicitation. Relevance pertains to whether the Offeror's present/past performance is relevant or not relevant to the effort. The second aspect of past performance will be determining how well the contractor performance on the contracts. This evaluation does not establish, create, or change the existing record of performance rather the past performance evaluation gathers information from customers on how well the Offeror performed on those past contracts. Each Offeror's proposal will receive an acceptable, or unacceptable rating. The Government may use data provided in the Offeror's proposal and data will be obtained from other sources including, but not limited to, Past Performance Information Retrieval System and interviews with other Government officials. Past Performance Evaluation Ratings Acceptable: Based on the Offeror's performance record the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror's performance record is unknown. (See note below.) Unacceptable: Based on the Offeror's performance record, the Government has no reasonable expectation that the Offeror will be able to successfully perform the required effort. Note: In the case of an Offeror without a record of relevant Past Performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a) (2) (IV). Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, ""unknown� shall be considered ""acceptable."" Partial quotes will not be evaluated by the Government. SUBMISSION PROCEDURES: ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-25-Q-0019 PROPOSAL FROM (INSERT COMPANY NAME) The offeror shall include a Company name, Point of contact, Company CAGE code, DUNS number and TIN. Quotations and Attachments must be dated and received by US Army Contracting Command, Aberdeen Proving Ground, Installation and Technology Division, 6876 Colleran Rd, Building 324, Aberdeen Proving Ground, MD, 21005-3013, Attention Ms. Toni Foster via email at toni.m.foster.civ@army.mil NLT Wednesday, 16 May 2025 at 10:00 AM ET. Late submissions will not be evaluated. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to the award will not be considered. Contractors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov or through the Federal Service Desk at http://www.FSD.gov. QUESTIONS: For questions concerning this Request for Quotation contact Ms. Toni M. Foster via email at toni.m.foster.civ@army.mil . Please provide any questions NLT Wednesday,12 May 2025 by 10:00 AM ET. NO TELEPHONE REQUESTS WILL BE HONORED. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. 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 Contract Specialist 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/ The following clauses and provisions are incorporated by reference: 52.202-1 Definitions 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-19 Incorporation by Reference of Representations and Certifications. 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-27 Prohibition on a ByteDance Covered Application 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded 52.211-17 Delivery of Excess Quantities 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services (Deviation 2025-O00003/2025-O0004) (MAR 2025) 52.219-28 (Dev) Postaward Small Business Program Rerepresentation (DEVIATION 2024-O0002) 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2025 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-39 Unenforceability of Unauthorized Obligations 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes-Fixed Price 52.246-16 Responsibility for Supplies 52.247-34 F.O.B. Destination 52.249-8 Default (Fixed-Price Supply & Service) 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7012 (Dev) Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013 REVISION 1) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies 252.225-7021 Trade Agreements--Basic 252.225-7048 Export-Controlled Items 252.225-7051 Prohibition on Acquisition of Certain Foreign Commercial Satellite Services. 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.227-7013 Rights in Technical Data--Other Than Commercial Products and Commercial Services 252.227-7015 Technical Data-Commercial Products and Commercial Services 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 Workflow Payment Instructions 252.232-7007 Limitation of Government's Obligation 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.247-7023 Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. ""System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.""
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d6148deb3b72482d997e0ed1204264df/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07426158-F 20250502/250430230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |