Similar Projects
Amoss Theater Equipment Upgrades
Results
Bel Air, MD 21015

Eaton Flex - Custom Service Contract for UPS and Batteries
Post-Bid
Aberdeen Proving Ground, MD - Quantico, VA

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

Switchboard
Term Contract
Post-Bid
Aberdeen Proving Ground, MD 21005

Plexiglass Partitions Fabrication and Installation
Alteration
Results
Bel Air, MD 21015

Generac Generator
Term Contract
Post-Bid
Aberdeen, MD

Supply and Install Generators at English Country Manor Pump Station and Rockfield Manor
Alteration
Post-Bid
Bel Air, MD

Indefinite Delivery/Indefinite Quantity Electronic Security Systems (ESS) 7th Generation
Term Contract
Design
Less than $675,000,000 est. value

Installation and Maintenance of Solar Panels on Metrobus Shelters
Alteration
Post-Bid

Electrical Repair and Maintenance for SHA
Alteration
Results
Less than $50,000 est. value

UPS and Battery Replacement
Term Contract
Post-Bid
Gunpowder, MD 21010

Concert Venue Lighting
Term Contract
Post-Bid
Havre de Grace, MD 21078

Traffic Barrier Upgrades in Baltimore and Harford Counties - Areawide
Term Contract
Results
$6,526,250 CJ est. value
Reisterstown, MD 21136

Electrical Maintenance and Repair Services for Churchville Facilities in Harford County
Alteration
Post-Bid
Churchville, MD 21028

Traffic Barrier Upgrades at Various Locations in Baltimore and Harford Counties - Areawide
Infrastructure
Results
$8,321,650 CJ est. value
Reisterstown, MD 21136

Last Updated 08/11/2022 04:36 PM
Project Title

UPS and Environmental Conditioning Unit Maintenance

Physical Address View project details and contacts
City, State (County) Aberdeen Proving Ground, MD 21005   (Harford County)
Category(s) Government/Public, Single Trades
Sub-Category(s) Electric, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

UPS and Environmental Conditioning Unit Maintenance For Aberdeen Test Center (ATC) Combined Synopsis/Solicitation W91ZLK-22-R-0021 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-22-R-0021 solicitation is being issued as unrestricted under the associated North American Industry Classification System (NAICS) Code 238220, Plumbing, Heating and Air Conditioning Contractors. 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: UPS and Environmental Conditioning Unit Maintenance, One (1) base year and two (2) option years. Place of performance shall be at ATC, APG, Maryland. 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. Proposals shall be submitted in two (2) separate volumes: Volume I TECHNICAL/MANAGEMENT PROPOSAL not to exceed 10 pages: - UPS and Environmental Conditioning Unit Maintenance for ATC W91ZLK-22-R-0021. Header 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. 2. The contractor shall demonstrate relevant experience, which the quote includes detailed resumes for all contractor personnel and contains the following: Contracting Company must be a Liebert USA Certified environmental contractor Technicians servicing the Liebert environmental air conditioning units MUST be Liebert factory-trained. Service technicians must have a minimum of 3 years of experience in servicing and maintaining Liebert computer room environmental units. Service vehicles must be specifically stocked with commonly needed parts for servicing Liebert and/or Stulz computer room environmental units. The contractor must be capable of offering Fast Response 24 hour emergency service. The contractor must be capable of offering a four (4) hour Emergency Service Response on computer room environmental units. Work experience c. The work experience of all personnel meets the minimum requirements cited in the Performance Work Statement. d. All proposed personnel are US citizens. All personnel have the capability to qualify for 'no-escort required' access badges. 3. The contractor demonstrates that he has the capability of supplying replacement parts for equipment within the response times listed in the Performance Work Statement. 4. Preventive Maintenance Service: Provide four Preventive Maintenance Services per year on the air conditioning units, scheduled between regular business hours, Monday-Friday (excluding national holidays). Parts, labor, and travel costs included. Service performed by factory-trained service technicians. Service vehicles specifically stocked for Liebert or Stulz air conditioners. Air filters and belts as needed. Evaporator and condenser coil cleaning. General maintenance & cleaning materials. Inspect and confirm proper compressor operation. Inspect refrigerant sight glass. Leak check and charge if deemed necessary. Inspect evaporator fans and motor for proper operation. Check supply and return air temperatures. Check all control set points and adjust as required. Clean condensate pans and pump basins as required by visual inspection. Clean condensate drains as needed. Emergency Service Preferential 4 hour emergency response time, 24x7. Parts, labor, and travel costs included. Personnel Qualifications: Comprehension of work to be performed: The proposal demonstrates an understanding of the inspection and maintenance requirements The proposal provides evidence to demonstrate availability of personnel and ability to respond to service calls and make repairs within the times specified in the solicitation. During the PPM, The Contractor shall include resumes of all key personnel Volume II PRICE: - W91ZLK-22-R-0021. Price proposals shall include Firm Fixed Pricing for one (1) base year and two (2) optional years, each a duration of twelve (12) months. The Price Volume shall clearly identify the proposed firm-fixed price unit prices with all estimated totals for CLINs. Proposals shall be submitted in the CLIN structure please see attached Schedule of Services. All submissions shall be made in U.S. dollars. ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-22-R-0021 PROPOSAL FROM (INSERT COMPANY NAME). Proposal Format: Volume II: Detailed Price Proposal 1. Proposed Firm Fixed Price for the Base year and both optional years, on attached schedule of services. This requirement shall be awarded on the basis of Lowest Priced Technically Acceptable. All evaluated quotes shall be rated Technically Acceptable or Unacceptable. In order to be considered for an award, rating of acceptable must be achieved in each factor and sub factor. Offerors shall clearly articulate the technical approach (including risks and contingencies) for performing the work, an understanding of the requirement, and the capacity to perform the following services. FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. 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. The contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. 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. Vendors may register with SAM by going to www.sam.gov The offeror shall include a point of contact name and contact information, company CAGE code, DUNS number, and TIN. Partial quotes will not be evaluated by the Government. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: 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: www.acquisition.gov 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)). 52.233-3, 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). 52.209-11, 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). 52.204-24, 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). 52.204-26, Covered Telecommunications Equipment or Services-Representation. (Oct 2020). 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.). 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-- (i) 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). (ii) 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. (iii) 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). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 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. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 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)). (x) 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.). (xi) 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.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 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). (xiv) 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. (xv) 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 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. PROVISIONS/CLAUSES: See Attachment - Provisions/Clauses PERFORMANCE WORK STATEMENT: See Attachment - Performance Work Statement SCHEDULE OF SERVICES: See Attachment 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 than 1500 p.m. Eastern Time, 25 July 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, 12 August 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. For questions concerning this solicitation, contact Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones via email at lesha.n.jones.civ@army.mil or gregory.j.jamison.civ@army.mil. TELEPHONE REQUESTS WILL NOT BE HONORED.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents