Search Contract Opportunities

EMI Chamber B HVAC Replacement

ID: W91ZLK-25-Q-EMI2 • Type: Synopsis Solicitation

Description

Posted: Feb. 27, 2025, 2:33 p.m. EST

**This amendment is to add more questions asked dated 02272025.

**This amendment is to change the email address for questions to toni.m.foster.civ@army.mil

**This amendment is to add a document of questions and answers 02262025.

**CORRECTION - THIS SOLICITATION IS FOR FULL AND OPEN NO SET ASIDE.

***This amendment is to add a list of more questions that were submitted along with the responses.

***This amendment is to change details of SOW - removing Anti-Terrorism (AT) Level 1 Training Requirement and to add document showing questions received and responses.

***This amendment is to add pictures of the existing HVAC and measurements.

This is a solicitation for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Items, FAR Part 13.5, Simplified Procedures for Certain Commercial Items and as supplemented with additional information included in this notice. This solicitation will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

This solicitation is issued as a request for quotation (RFQ). The solicitation number is W91ZLK-25-Q-EMI2. It is the Government's intent to award a firm-fixed-price purchase order. This requirement is being solicited as a Full and Open Competition Concerns represented by NAICS Code 238220. This requirement will be awarded as a Firm-Fixed Price type contract to the Lowest Priced Technically Acceptable (LPTA) offeror.

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.

The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) on behalf of Aberdeen Test Center TEAT-VTC is seeking Contractors to provide one (1) EMI Chamber B HVAC Replacement defined in the attached Statement of Work (SOW). The Contractor shall specify estimated delivery date, unit prices, and any commercial warranties with quote submissions. Quotes shall specifically address each requirement listed on this document. Partial quotes will NOT be evaluated by the Government. 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.

See attached Statement of Work (SOW) for one (1) EMI Chamber B HVAC Replacement.

Delivery and Installation will be made FOB Destination to:

U.S. ARMY ABERDEEN TEST CENTER

BUILDING 456, EMI Facility

ATTN: CLIFTON SIENKIEWICZ

ABERDEEN PROVING GROUND, MD 21005-5059

SITE VISIT: A site visit is scheduled for Thursday, February 20, 2025 at 1:30pm EST. If you plan to attend the site visit, please submit your name and contact information to Ms. Toni Foster at toni.m.foster.civ@army.mil NLT Wednesday, February 19, 2025 1:30pm EST.

Please meet at the lobby of Building B324, (see map) Aberdeen Proving Ground, MD 21005. No more than two (2) representatives per company shall be allowed on the site visit. It is the Offerors responsibility to plan to arrive early enough to process through the APG Visitor Center and arrive at the B324 NLT 1:30pm EST. It is highly recommended that the Offeror should visit the site and take such steps as may be necessary to ascertain the nature and location of the work and the general and local conditions that may affect the work or cost thereof.

The site visit is not mandatory although highly encouraged and failure to attend will not disqualify the Offeror from competition. Failure to attend will not relieve the Offeror from the responsibility for properly estimating the difficulty or cost of successfully performing the work.

Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. The non-cost factors are the technical requirements, in accordance with the specifications/description attached. The order will be awarded to the Lowest Price Technically Acceptable (LPTA) offer. The technical evaluation will be a determination based upon information provided by the Contractor. 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 award without discussions.

Quotations and Attachments must be dated and received by US Army Contracting Command, Aberdeen Proving Ground, Installation and Technology Division, Technologies Branch 6472 Integrity Court, Aberdeen Proving Ground, MD, 21005-3013, Attention Ms. Toni M. Foster via email at toni.m.foster.civ@army.mil NLT Thursday, 6 March 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 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 Thursday, 27 February 2025 at 10:00 AM ET. NO TELEPHONE REQUESTS WILL BE HONORED.

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 with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://www.acquistion.gov

The following clauses and provisions are incorporated by reference:

52.202-1 Definitions NOV 2013

52.203-3 Gratuities APR 1984

52.204-7 System for Award Management OCT 2018

52.204-13 System for Award Management Maintenance OCT 2018

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26 Covered Telecommunications Equipment or Services--Representation

52.204-27 Prohibition on a ByteDance Covered Application JUN 2023

52.211-17 Delivery of Excess Quantities SEP 1989

52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JAN 2019

52.222-50 Combating Trafficking in Person NOV 2021

52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. JUN 2016

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013

52.233-1 Disputes MAY 2014

52.242-15 Stop-Work Order AUG 1989

52.243-1 Changes--Fixed Price AUG 1987

52.246-16 Responsibility For Supplies APR 1984

52.247-34 F.O.B. Destination NOV 1991

52.249-8 Default (Fixed-Price Supply & Service) APR 1984

52.253-1 Computer Generated Forms JAN 1991

252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013

252.203-7003 Agency Office of the Inspector General DEC 2012

252.204-7003 Control of Government Personnel Work Product APR 1992

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016

252.219-7011 Notification to Delay Performance JUN 1998

252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017

252.225-7007 Prohibition on Acquisition of Certain Items From Communist Chinese Military Companies DEC 2018

252.225-7008 Restriction on Acquisition of Specialty Metals MAR 2013

252.225-7012 Preference For Certain Domestic Commodities DEC 2017

252.225-7015 Restriction on Acquisition of Hand Or Measuring Tools JUN 2005

252.225-7021 Trade Agreements--Basic DEC 2017

252.225-7048 Export Controlled Items JUN 2013

252.227-7015 Technical Data--Commercial Items FEB 2014

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018

252.232-7010 Levies on Contract Payments DEC 2006

252.239-7001 Information Assurance Contractor Training and Certification JAN 2008

252.243-7002 Requests for Equitable Adjustment DEC 2012

252.247-7023 Transportation of Supplies by Sea APR 2014

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.

Posted: Feb. 27, 2025, 7:46 a.m. EST
Posted: Feb. 26, 2025, 4:39 p.m. EST
Posted: Feb. 25, 2025, 1:34 p.m. EST
Posted: Feb. 25, 2025, 12:24 p.m. EST
Posted: Feb. 25, 2025, 7:51 a.m. EST
Posted: Feb. 24, 2025, 10:08 a.m. EST
Posted: Feb. 13, 2025, 9:45 a.m. EST
Background
The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is issuing this solicitation on behalf of the Aberdeen Test Center TEAT-VTC. The goal of the contract is to replace the existing HVAC system servicing Chamber B at the EMI Facility, which is over 20 years old and no longer functions effectively in terms of dehumidification, heating, or cooling.

This procurement aims to ensure that the new HVAC system meets operational requirements and maintains proper humidity levels essential for the performance of anechoic absorber materials.

Work Details
The contractor will be responsible for the complete replacement of the existing HVAC system with a new unit that includes hardware, controls, project management, integration of new systems/controls, and professional installation services. Key tasks include:
1. Removal of the existing HVAC system and installation of a new propane gas-fired HVAC unit with a nominal capacity of 40 tons.
2. Installation of a 1,000-gallon propane tank on an existing pad.
3. Provision of dedicated project supervision and trade coordination throughout the project lifecycle.
4. Use of a crane for removal and installation tasks, including proper disposal of the old unit.
5. All equipment must carry a one-year warranty from project completion along with additional manufacturer warranties.
6. Installation must include necessary gas piping, ductwork, insulation, and electrical connections to integrate with existing systems.
7. The new control system must be programmed to match existing operational modes and include human interface capabilities within the building automation system (BAS).
8. A knowledge transfer session for training on operation and troubleshooting will be provided post-installation.

Place of Performance
U.S. Army Aberdeen Test Center, Building 456, EMI Facility, Aberdeen Proving Ground, MD 21005-5059

Overview

Response Deadline
March 6, 2025, 10:00 a.m. EST Past Due
Posted
Feb. 13, 2025, 9:45 a.m. EST (updated: Feb. 27, 2025, 2:33 p.m. EST)
Set Aside
None
Place of Performance
Aberdeen Proving Ground, MD 21005 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
63% of similar contracts within the Department of the Army had a set-aside.
On 2/13/25 ACC Aberdeen Proving Ground issued Synopsis Solicitation W91ZLK-25-Q-EMI2 for EMI Chamber B HVAC Replacement due 3/6/25. The opportunity was issued full & open with NAICS 238220 and PSC N041.
Primary Contact
Name
Toni M Foster   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Tiffany D. White Profile tiffany.d.white23.civ@army.mil None

Documents

Posted documents for Synopsis Solicitation W91ZLK-25-Q-EMI2

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W91ZLK-25-Q-EMI2

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W91ZLK-25-Q-EMI2

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W91ZLK-25-Q-EMI2

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W91ZLK
Source Organization Code
500043680
Last Updated
March 21, 2025
Last Updated By
toni.m.foster.civ@army.mil
Archive Date
March 21, 2025