Publicly Funded
Privately Funded
Bidding Soon
Documents Available
Addenda Available
Post-Bid
Post-Bid
Saving Project...
Full details on over 250,000 Projects including 2000 updated daily available to subscribers
July 30, 2023
August 30, 2023
August 29, 2026
To Be Determined
Service, Maintenance and Supply
No Information to Display
No Information to Display
Public - Federal
To Be Determined, Aber Prov Grd, MD
Documents for this project are exclusively Specifications. If Plans become available, we will add them here.
Annual Maintenance and Repair of Roadway Simulator Test Facility and Drivetrain Simulator Facility Water Systems 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; 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) 2019-06 (10 September 2019). The solicitation number for this requirement is W91ZLK-23-R-0016. This requirement has been deemed a Total 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 the award of a Firm-Fixed-Price (FFP) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. Contractor shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the schedule of services attached. This procurement will be evaluated as lowest price technically acceptable for the procurement of the following services: Annual Maintenance and Repair of Roadway Simulator Test Facility and Drivetrain Simulator Facility Water Systems for Aberdeen Test Center (ATC). Base and two option years. This is a non-personal service contract. The Contractor shall provide labor and materials necessary to accomplish proper water treatment of the evaporative cooling tower systems, and associated subsystems of the ATC Roadway Simulator (RWS), Drivetrain Durability Simulator (DDS), and Heavy Vehicle Durability Simulator (HVDS) facilities. Additional details are located within the attached Performance Work Statement. Place of performance shall be concentrated at U.S. Army Aberdeen Test Center facilities, such as the RWS (Building 384C), DDS (Building 384F), and HVDS (Building 385). 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. All proposals from responsible sources will be considered. Offerors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Offerors may register with SAM by calling 1-866-606-8220 or online at www.beta.sam.gov. Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions. Therefore, proposals shall represent the best and final offer of the Contractor. All proposals shall be submitted via email with the subject line: W91ZLK-23-R-0016 PROPOSAL FROM (INSERT COMPANY NAME) Proposals shall be submitted in two (2) separate volumes labeled: Volume I: Water Systems W91ZLK-23-R-0016 TECHNICAL Proposal Volume II: Water Systems W91ZLK-23-R-0016 PRICE Proposal Formatting Single space text Double space paragraphs 12-point minimum font Arial or Times New Roman Fonts only. Table/illustrations 8-point min and landscape is acceptable Margins: All margins 1 inch Header and footer: 1.5 inches Page Size: Width 8.5 inches and Heigh 11 inches (11 X 17 folded pages are acceptable for table/graphic representations; however, each 11 X 17 page counts as two pages) Page limitations: Volume I - 10 page limit and Volume II - 2 Pages using attached Schedule of Services Cover Page: Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension if applicable. (Single cover page not included in page limitations) NOTE: Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government. Note: Offerors shall complete: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Feb 2021); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020); and 52.204-26, Covered Telecommunications Equipment or Services-Representation. (OCT 2020 on www.beta.sam.gov or provide a completed copy of the clauses with the proposal) All information shall be confined to the appropriate volume. The Offeror shall confine all submissions to essential matters and sufficient to define the proposal in a concise manner, to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. The following shall be included in the volumes: Volume I: Technical/Management Proposal, to be evaluated by the following factors: Technical Approach; The offeror's proposal shall adequately describe and present a clear understanding of the requirements specified in the Performance Work Statement (PWS). To be rated as acceptable, offerors must demonstrate the offeror's approach for meeting all of the requirements specified in the PWS. Volume II: Price Proposal PropZsed Firm Fixed Price for the Base Year and Two Option Years, using the Attached Schedule of Services. Contractor to provide a single price per year to accomplish all aspects of the PWS. BASIS FOR AWARD: The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced. To receive consideration for an award, an "Acceptable" rating must be achieved for all the non-cost evaluation factors: Technical Approach. Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques. Price will be the determining factor for proposals rated as acceptable for the non-cost factors. Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the proposal will result in a fair and reasonable price. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contract Specialist, Christine Orr via email no later than 1600 or 4:00 P.M. Eastern Time, 10 July 2023 to christine.n.orr.civ@army.mil. All questions will be answered via an amendment to the solicitation on sam.gov. Responses to this solicitation must be signed, dated, and received no later than 1600 or 4:00 P.M. :Eastern Time, 30 July 2023. Responses must be sent by email directly to the Contracting Officer Gregory Jamison at Gregory.j.jamison.civ@army.mil and Contract Specialist, Christine Orr, at Christine.n.orr.civ@army.mil. TELEPHONE REQUESTS WILL NOT BE HONORED.
Trades
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Starting At
- All Starter Product functionality
- One license and one market (additional available after purchase)
- Full access to bidding and planning projects' details, documents and contacts
- Comprehensive planholders list coverage on bidding projects
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
Related Projects
Aber Prov Grd, MD
--
Edgewater, MD
Bid Date: Aug 01 2023
Annapolis, MD
--
Salisbury, MD
Bid Date: Aug 01 2023
Baltimore, MD
Bid Date: Jan 11 2023
Princess Anne, MD
Bid Date: Jul 31 2023
Dundalk, MD
--
Suitland, MD
--
Frederick, MD
--
Laurel, MD
Bid Date: Jul 28 2023
Millersville, MD
Bid Date: Aug 01 2023
Hollywood, MD
--
Keedysville, MD
Bid Date: Jun 21 2023
Upper Marlboro, MD
Bid Date: Jul 31 2023
Recently Viewed
--
--
--
--
--
--
--
--
--
--
The data you need to build the relationships you want. Try it free.
Sign up now to get free company and project data. No payment required.
You're one step away from industry‑leading commercial construction data.
What is your business type?
We have a wide variety of products that are purpose built for certain business types.
