BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Aber Prov Grd, Maryland. Contact the soliciting agency for additional information.

Contract Award Date: Jan 19, 2023 Contract Award Number: W91ZLK-23-P-0017 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: RMDJEBM7P7M1 Contractor Awarded Name: Flotron Contracting, Inc. Contractor Awarded Address: Hunt Valley, MD 21030-2205 USA Base and All Options Value (Total Contract Value): $143232.00 Heating, Ventilation, Air Conditioning and Refrigeration (HVACR) Maintenance and Repair Support Services for Environmental Test Chambers 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-0005. This requirement has been deemed 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: Maintenance and Repair for HVACR Environmental Test Chambers, One (1) base year and three (3) option years. The Contractor will be tasked with maintenance and repair for all HVACR and ancillary (e.g. associated electronics, electrical components, controls, etc.) equipment. The following outlines the service requirements within three elements: 1) Scheduled Maintenance 2) Unscheduled Maintenance 3) Replacement Parts and Other Direct Costs Additional details and equipment list are located within the attached Performance Work Statement. Place of performance shall be concentrated at Michaelsville Range Complex (MRC) on Aberdeen Proving Ground, 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. 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. 1) All proposals shall be submitted via email with the subject line: a. W91ZLK-23-R-0005 PROPOSAL FROM (INSERT COMPANY NAME) 2) Proposals shall be submitted in two (2) separate volumes labeled: a. Volume I: HVACR Services W91ZLK-23-R-0005 TECHNICAL Proposal b. Volume II: HVACR Services W91ZLK-23-R-0005 PRICE Proposal 3) Formatting a) Single space text b) Double space paragraphs c) 12-point minimum font d) Arial or Times New Roman Fonts only. Table/illustrations 8-point min and landscape is acceptable e) Margins: All margins 1 inch f) Header and footer: 1.5 inches g) 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) h) Page limitations: Volume I - 10 page limit and Volume II - 2 Pages using attached Schedule of Services i) 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 CertificationsCommercial 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) j) 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: 1) Volume I: Technical/Management Proposal, to be evaluated by the following factors: a. Factor 1: 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. b. Factor 2: Experience; The work experience of all personnel meets the minimum requirements cited in the PWS. 2) Volume II: Detailed Price Proposal a) Proposed Firm Fixed Price for the Base Year and all optional years, using the Attached Schedule of Services. 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 and Experience. 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 Contracting Officer Gregory Jamison and the Contract Specialist Christine Orr via email no later than 1600 or 4:00 P.M. Eastern Time, 18 Dec 2022 to gregory.j.jamison.civ@army.mil and 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 Dec 2022. 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. LIST OF ATTACHMENTS: Attachment 1 - Combined Synopsis/Solicitation Attachment 2 - Performance Work Statement Attachment 3 - Schedule of Services Attachment 4 - Contract Provisions and Clauses

Award

Military

$143,232.00

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
641
Active Projects
355
Bidding Soon
4,767
All Active Projects
2,029
Updated Recently

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

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

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.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

December 30, 2022

January 19, 2023

January 19, 2024

img_map_placeholder

To Be Determined, Aber Prov Grd, MD

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.