Repair and Preventive Maintenance of AMSTech AW5 Wire EDM Machine

Agency: COMMERCE, DEPARTMENT OF
State: Maryland
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Apr 15, 2024
Due: Apr 25, 2024
Solicitation No: AMDTCRQ2401162
Publication URL: To access bid details, please log in.
Follow
Repair and Preventive Maintenance of AMSTech AW5 Wire EDM Machine
Active
Contract Opportunity
Notice ID
AMDTCRQ2401162
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY
Office
DEPT OF COMMERCE NIST
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 15, 2024 02:52 pm EDT
  • Original Date Offers Due: Apr 25, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Gaithersburg , MD 20899
    USA
Description

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.



(ii) The solicitation number is AMDTCRQ2401162, and the solicitation is issued as a Request for Quotation (RFQ) on a full and open competitive basis with no set-aside restriction. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items. A Fixed-Price type of Purchase Order contract is contemplated for any resulting contract entered into as a result of this solicitation.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: 2024-03 / 02-23-2024.



(iv) The North American Industry Classification System (NAICS) code for this procurement is 811210 Electronic and Precision Equipment Repair and Maintenance with the small business size standard of $34,000,000. This requirement contains no set-aside restrictions. Both Large- and Small- sized business are invited to submit a quotation.



(v) Statement of Work: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the work statement. See the attached Statement of Work for additional detail.

(vi) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:

https://www.acquisition.gov/?q=browsefar

http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title48/48cfrv5_02.tpl



(End of provision)



The following provisions apply to this acquisition and are incorporated by reference:

• FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation

• FAR 52.204-7, System for Award Management

• FAR 52.204-16, Commercial and Government Entity Code Reporting

• FAR 52.204-17, Ownership or Control of Offeror

• FAR 52.204-20, Predecessor of Offeror

• 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-Representation

• FAR 52.212-1, Instructions to Offerors-Commercial Items

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

• FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran



The clause at FAR 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at these addresses:

https://www.acquisition.gov/browse/index/far

http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title48/48cfrv5_02.tpl



(End of clause)



Instructions to Offerors. Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The technical quotation must clearly demonstrate that each of the Government’s minimum specifications detailed in the Statement of Work have been met.



Price quotations shall be submitted on a firm fixed price basis in accordance with the contract line item numbering structure identified in this solicitation. Quotations shall be valid for 60 days after solicitation close.



To assist the Government in evaluating firm fixed price quotations, the offeror shall provide a breakdown of the proposed firm fixed price for each of the required CLINs, which details prices for all products or services required by the SOW in terms of cost of material and labor, to demonstrate how the total firm-fixed price was derived.



CONTRACT LINE ITEM STRUCTURE:



Responsible Offerors shall provide firm fixed pricing for each of the CLINs detailed below:



CLIN 0001: Repair and Preventive Maintenance of AMSTech AW5 Wire EDM Machine, inclusive of all labor and parts



CLIN 0002: Not-to-Exceed (NTE) cost for travel requirements in accordance with GSA Federal Travel Regulations, in the NTE amount of $3,000.00.



Quoters submitting a response must provide a completed Price Quotation to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including any shipping cost and estimated time of delivery after receipt of order, if applicable. Prices shall be quoted on an itemized basis with a fixed-price pricing structure included for all work to be performed in accomplishing this requirement.



(vii) (viii) The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on a Trade-Off Basis.



The award will be made on a competitive best value basis, using “tradeoff” among price-cost and non-price-cost factors. The Government may elect to award to other than the lowest priced quoter, or other than the quoter with the highest rated non-price-cost quotation. In either case, a tradeoff will be conducted. The government reserves such right of flexibility in conducting the evaluation as necessary to assure an award with the contractor providing the best value to the government. Although technical and schedule factors are of paramount consideration in the award, cost or price is also important to the overall award decision. All evaluation factors other than cost or price, when combined, are more important than cost or price. However, cost or price may become a critical factor in source selection in the event two or more offers are determined to be essentially equal following the evaluation of all factors other than cost or price.

Each quotation will be evaluated in strict conformity with the evaluation factors, utilizing written critiques. The evaluation will be based upon the demonstrated capabilities of the prospective contractor in relation to the needs of the project as set forth in the RFQ.



The following factors shall be used to evaluate quotations:



(1) Technical Capability: Ability of the Quoter to understand the SOW and requirements, adequately describe the proposed approach (specifically, how the machine will be repaired), identify problems and potential challenges, and demonstrate how all contract requirements will be met. Quoters shall provide evidence of possessing knowledge regarding AMSTech AW5 Wire EDM Machines.



(2) Corporate Experience: Quoters shall submit with their quotation a list of two (2) contracts completed during the past five (5) years and / or contracts awarded currently in process that are similar in nature to the Statement of Work to demonstrate Corporate Experience. An evaluation of Corporate Experience will be based on evaluation of contract requirements completed or currently in process and extent of the relevance of that experience in the areas covered by the Statement of Work requirements. The Government will evaluate quotations based on prior contracts or purchase orders for similarity in size, scope, and complexity to the requirements contained in this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. For each contract, subcontract, or reference include:



1. Name of Contracting Organization/Customer

2. Contract Number (for subcontracts, provide the prime contract number and subcontract number)

3. Total Contract Value

4. Description of Requirement

5. Period of Performance or Delivery Timeframe

The quoter may provide information on problems encountered on the identified contracts and the corrective actions, if any. The Government is not required to contact references provided by the quoter. Additional Corporate Experience information, other than that information identified by the quoter, such as CPARS, may be considered by the Government when evaluating corporate experience.



Price. The Government will evaluate offers for award purposes by making a price reasonableness determination. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market.



(ix) The Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This requirement may be fulfilled by current completion of this provision in www.SAM.gov.



(x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.



(xv) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated by reference.



The following provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (NOV 2020) are applicable to this solicitation:

52.222-3 Convict Labor (June 2003)

52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2020)

52.222-21 Prohibition of Segregated Facilities (Apr 2015)

52.222-50 Combating Trafficking in Persons (Oct 2020)

52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)



The following terms and conditions are anticipated to be included in any award resulting from this solicitation:



52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER--SYSTEM FOR AWARD MANAGEMENT

52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS

1352.201-70 CONTRACTING OFFICER’S AUTHORITY

1352.201-72 CONTRACTING OFFICER`S REPRESENTATIVE (COR)

1352.209-73 COMPLIANCE WITH THE LAWS

1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST

NIST LOCAL-53 CONTRACT PERFORMANCE DURING CHANGES IN NIST OPERATING STATUS

NIST LOCAL-54 ELECTRONIC BILLING INSTRUCTIONS

NIST LOCAL-56 INVOICING PROCESSING PLATFORM-ALTERNATE I

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS



The following provisions apply to this acquisition and are incorporated as an attachment, and MUST be completed and submitted with any response to this RFQ:



• FAR 52.204-20 Predecessor of Offeror

• 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 52.209-5 Certification Regarding Responsibility Matters

• FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law



The following clauses apply to this acquisition and are incorporated by reference:

• FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

• FAR 52.204-13, System for Award Management Maintenance

• FAR 52.204-18, Commercial and Government Entity Code Maintenance

• FAR 52-204-19, Incorporation by Reference of Representations and Certifications

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

• FAR 52.232-39, Unenforceability of Unauthorized Obligations

• FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors [DOC Deviation April 2020]



(xi) The provision at CAR 1352.233-70 AGENCY PROTESTS (APR 2010) applies to this acquisition and incorporated in full text:



An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999).



Agency protests filed with the Contracting Officer shall be sent to the following address and email address:



NIST/ACQUISITION MANAGEMENT DIVISION

ATTN: LAUREN ROLLER, CONTRACTING OFFICER

100 Bureau Drive, MS 1640

Gaithersburg, MD 20899

Lauren.Roller@nist.gov



Agency protests filed with the Protest Decision Authority shall be sent to the following address:



NIST/ACQUISITION MANAGEMENT DIVISION

ATTN: HEAD OF THE CONTRACTING OFFICE (HCO)

100 Bureau Drive, MS 1640

Gaithersburg, MD 20899



A complete copy of all agency protest, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.



Service upon the Contract law Division shall be made as follows:



U.S. Department of Commerce

Office of the General Counsel

Chief, Contract Law Division

Room 5893

Herbert C. Hoover Building

14th Street and Constitution Avenue, N.W.

Washington, D.C. 20230

FAX: (202) 482-5858

(End of Provision)



(xii) The provision at CAR 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) is applicable to this solicitation and incorporated in full text.



(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.

(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.

(c) Service upon the Contract Law Division shall be made as follows:



U.S. Department of Commerce

Office of the General Counsel

Chief, Contract Law Division

Room 5893

Herbert C. Hoover Building

14th Street and Constitution Avenue, N.W.

Washington, D.C. 20230.

FAX: (202) 482-5858

(End of Provision)



(xiii) The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All CAR clauses may be viewed at http://www.ecfr.gov



1352.201-70 – Contracting Officers Authority

1352.209-73 – Compliance with the Laws (APR 2010) 1352.209-74 – Organizational Conflict of Interest

1352.246-70 – Place of Acceptance

(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract.



(b) The place of acceptance will be:



100 Bureau Drive, Gaithersburg, MD. 20899



NIST LOCAL 54 – BILLING INSTRUCTIONS



NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV.



Each Invoice or Voucher submitted shall include the following:

(1) Contract number;

(2) Contractor name and address;

(3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers);

(4) Date of invoice;

(5) Invoice number;

(6) Amount of invoice and cumulative amount invoiced to-date;

(7) Contract Line Item Number (CLIN);

(8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered;

(9) Prompt payment discount terms, if offered; and

(10) Any other information or documentation required by the contract.

(End of Clause)



NIST LOCAL-53 Contract Performance During Changes in NIST Operating Status

All contractors performing work on active contracts at the U.S. Department of Commerce(DOC), National Institute of Standards and Technology (NIST) campuses and/or working in NIST workspaces should go to the www.nist.gov website and under the “About NIST” tab click on “Visit”. This site includes information about campus access and security information; identification requirements; parking information and more.



Contractor personnel are required to check the appropriate campus operating status and personnel requirements at https://www.nist.gov/campus-status daily prior to arriving on site. All personnel must adhere to the requirements set forth in the operating status.



Unless otherwise stated in the contract terms and conditions, normal days of business operation are Monday through Friday, excluding Federal Holidays. However, throughout the contract period of performance, there may be circumstances beyond the control of NIST that will impact normal days of business operation such as inclement weather, power outages, etc. In circumstances such as these, the Contractor must call the appropriate NIST campus status line to verify the operating status:



Gaithersburg Campus Operating Status Line:

(301) 975-8000

(800) 437-4385 x8000 (toll free)



Boulder Campus Operating Status Line:

(303) 497-4000

(303) 497-3000 option 2



In the event of a lapse in appropriation, access to Government facilities and resources, including equipment and systems will be limited to excepted personnel for both Federal employees and contractor personnel. If performance of the contract is onsite and/or requires Government interaction, unless the contractor has been, or is notified that it is required to work under an excepted status, the contractor must stop work. The work stoppage shall remain in effect until the lapse is resolved and notification is provided via the NIST website at www.nist.gov (banner on front page) and/or the NIST operating status line(s). Additionally, contractors are encouraged to monitor public broadcasts or the Office of Personnel Management’s website at www.opm.gov for the Federal Government operating status.



NIST will provide notification to all contractors that are determined to have excepted status. All excepted contractors are required to continue performance and communicate with the appointed Contracting Officer’s Representative (COR) for further guidance, or NIST Contracting Officer if a COR is not appointed.



Contractors with active supply or service contracts that are fully funded at the time of contract award and do not require access to Government facilities, resources, or active administration by Government personnel in a manner that would not cause the Government to incur additional obligations during the lapse in appropriation may continue performance.



Please note that in all circumstances that impact operations on the NIST campuses, contractors are expected to follow all direction and guidance provided by NIST authorities.

(End of Clause)



(xiv) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.



(xv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.



(xvi) The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov at time of solicitation close.



(xvii) Offerors must submit all questions concerning this solicitation in writing to hunter.tjugum@nist.gov. Questions should be received no later than two (2) calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.



(xviii) All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to hunter.tjugum@nist.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum, Contract Specialist, by email at hunter.tjugum@nist.gov or by phone at 303-497-3663.


Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION MANAGEMENT DIVISION 100 BUREAU DR.
  • GAITHERSBURG , MD 20899
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 15, 2024 02:52 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

May 3, 2024[Combined Synopsis/Solicitation (Updated)] Repair and Preventive Maintenance of AMSTech AW5 Wire EDM Machine
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow Persistent Surveillance Dissemination System of Systems (PSDS2) CENTCOM Theater Effort... Surveillance Dissemination ...

DEPT OF DEFENSE

Bid Due: 5/06/2024

...and maintain a Video Security Surveillance System within two (2) student company (Stu-Co) ...

DEPT OF DEFENSE

Bid Due: 5/06/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.