This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued.
The solicitation is being issued as a Request for Proposals (RFP); solicitation number is W911QY 25 R HVAC-MAINT. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-03, effective 17 January 2025.
The U.S. Department of the Army, Army Contracting Command - Aberdeen Proving Ground (ACC - APG), Natick Division, in support of the U.S. Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC) Garrison, has a requirement for a non-personal services contract to provide heating, ventilation, and air conditioning (HVAC) services for the U.S. Army Natick Soldier Systems Center (NSSC) located in Natick, MA 01760.
DESCRIPTION OF REQUIREMENT:
The Contractor shall perform to the standards specified in the Performance Work Statement (PWS). The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary as defined in the PWS. The Contractor shall perform Preventive Maintenance Orders (PMOs), Demand Maintenance Orders (DMOs), and Operation Work Orders on all real property listed in the equipment appendix.
The Contractor shall ensure all work accomplished in the performance of the PWS meets all applicable Federal, State, and Local Laws, Regulations, and Directives to include, but not limited to, the publications in Section 7, Related Documents. The Contractor shall adhere to established American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRE) standards and manufactures instructions during the installation of equipment.
The Contractor shall compile historical data, prepare required reports, attend monthly status meetings, and submit all information as specified by the Deliverables presented in the contract. The Contractor shall ensure all work in support of mission requirements tendered to the Government for acceptance conform to the measurable performance standards of quality, timeliness, and quantity specified in the PWS of the contract.
The Contractor shall determine the best and most cost-effective ways to fulfill HVAC maintenance and service and their component needs, emphasizing innovation and commercial best practices that will meet long term reliability in hopes to meet the life cycle expectations of equipment.
See PWS Annex A (Overarching Base Operations) and PWS Annex H (Facility Maintenance) for full description of required services.
1. Additional terms and conditions are contained in PWS Annex A, PWS Annex H, the Contract Data Requirements Lists (CDRLs), and clauses incorporated by reference or by full text below.
2. The intention of the Government is to award a Firm-Fixed-Price (FFP) contract as a result of this solicitation with one (1) twelve (12) month base period with four (4) twelve-month option periods. The total performance of the contract will not exceed 60 months.
3. All timely offers will be considered, and submission shall be in accordance with Submission Instructions contained herein. Evaluation factors are Technical Capability, Price, and Past Performance. Government intends to make award to the Offeror whose proposal represents the Best Value to the Government.
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The associated North American Industrial Classification System (NAICS) code for this acquisition is 238220 Plumbing, Heating, and Air-Conditioning Contractors, with a small business size standard of $19,000,000.00. The Awardee must have the applicable NAICS code in its System for Award Management (SAM) assertions. The applicable PSC is 4120 Air Conditioning Equipment.
The Army's Office for Small Business Programs concurs with the SDVOSB Set-Aside determination. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. FAR Clauses 52.212-1 through 52.212-5, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement. FAR Clause 52.219-6 applies to this solicitation and any resulting award.
Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/) to be eligible for award. Instructions for registration are available at the website.
Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer (KO) to be necessary for this acquisition and consistent with customary commercial practices shall apply. The following addenda or additional terms and conditions apply: In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater. The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping. Offers should include price and delivery terms and the following additional information: Cage Code and UEI #.
Submission Instructions:
All Offerors shall submit a proposal consisting of three (3) sections. These three (3) sections shall be labeled:
Section I Technical Proposal
Section II Pricing Proposal
Section III Past Performance
No Pricing Information shall be submitted in Section I.
Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services.
a) The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
I. Technical capability of services offered to meet Government requirements:
The Contractor shall provide all labor, material, and equipment to perform the required HVAC maintenance detailed in the PWS Annexes and Equipment Appendix.
II. Price: annual labor rate, labor hours, and detailed breakdown of pricing shall be submitted.
III. Past Performance: Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the Offeror. Offerors shall submit three (3) recent and relevant past performance examples performed within the last three (3) years. Each example shall not exceed two (2) pages and shall include the following:
1. Contract number, date of award, order number if applicable, CAGE code, DUNS number, and North American Industry Classification System (NAICS) code.
2. Government contracting activity, Contracting Officer name, telephone number, and email address.
3. Government Contracting Officer Representative (COR) and/or technical representative, telephone number, and email address.
4. If Offeror performed as a subcontractor, prime contractor company name, point of contact name, telephone number, and email address in lieu of or in addition to the contact information required above.
5. Contract type.
6. Awarded price/cost.
7. Description of the specific tasks or activities performed by the Offeror itself under the contract.
8. Narrative: Offerors shall provide a narrative for each past performance example. The narrative shall describe the contract listed, the contract objectives achieved by the Offeror, and how the contract is relevant to the requirements of this solicitation.
Offerors shall state if they have no recent or relevant past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Technical and past performance, when combined, are more important than price.
b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
FAILURE TO SUBMIT A TIMELY PROPOSAL EXACTLY IN ACCORDANCE WITH THE SUBMISSION INSTRUCTIONS MAY RESULT IN THE OFFEROR'S PROPOSAL BEING REJECTED AS UNACCEPTABLE OR NONCOMPLIANT, AND THEREFORE INELIGIBLE FOR AWARD CONSIDERATION.
CLAUSES AND PROVISIONS:
The following clauses and provisions are incorporated by reference:
Provision 52.212 1, Instructions to Offerors Commercial Items, applies to this acquisition and Addenda to this clause are contained in the section entitled SUBMISSION REQUIREMENTS above.
Provision 52.212 2, Evaluation Commercial Items, applies and specific evaluation criteria to be used are contained in the section EVALUATION CRITERIA above.
Provision 52.212 3 Offeror Representations and Certifications Commercial Items, Alt I, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 4 above.
Clause 52.212 4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Statement of Work (SOW), Blanket Purchase Agreement, and additional terms and conditions below shall be included as addenda to this clause. IAW FAR 52.212 4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), shall also incorporated by reference into and resultant Agreement.
Clause 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition.
ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE:
52.204 2 Security Requirements
52.204 7 System for Award Management
52.204 10 Reporting Executive Compensation and First Tier Subcontract Awards
52.204 13 System for Award Management Maintenance
52.204 16 Commercial and Government Entity Code Reporting
52.204 17 Ownership or Control of Offeror
52.204 18 Commercial and Government Entity Code Maintenance
52.204 20 Predecessor of Offeror
52.204 21 Basic Safeguarding of Covered Contractor Information Systems
52.204 22 Alternative Line-Item Proposal
52.204 26 Covered Telecommunications Equipment or Services Representation
52.209 6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209 10 Prohibition on Contracting With Inverted Domestic Corporations
52.219 28 Post Award Small Business Program Representation
52.222 3 Convict Labor
52.222 21 Prohibition of Segregated Facilities
52.222 22 Previous Contracts and Compliance Reports
52.222 25 Affirmative Action Compliance
52.222 26 Equal Opportunity
52.222 35 Equal Opportunity for Veterans
52.222 36 Affirmative Action For Workers With Disabilities
52.222 37 Employment Reports on Veterans
52.222 50 Combating Trafficking in Persons
52.223 18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225 13 Restrictions on Certain Foreign Purchases
52.232 23 (Alt I) Assignment of Claims
52.232 33 Payment by Electronic Funds Transfer System for Award Management
52.232 39 Unenforceability of Unauthorized Obligations
52.232 40 Providing Accelerated Payments to Small Business Subcontractors
52.247 34 F.O.B. Destination
52.252 6 Authorized Deviations in Clauses
52.253 1 Computer Generated Forms
252.201 7000 Contracting Officer's Representative
252.203 7000 Requirements Relating to Compensation of Former DoD Officials
252.203 7002 Requirement to Inform Employees of Whistleblower Rights
252.203 7005 Representation Relating to Compensation of Former DoD Officials
252.204 7000 Disclosure of Information
252.204 7003 Control of Government Personnel Work Product
252.204 7008 Compliance with Safeguarding Covered Defense Information Controls
252.204 7012 Safeguarding of Covered Defense Information and Cyber Incident Reporting 252.204 7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204 7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204 7019 Notice of NIST SP 800 171 DoD Assessment Requirements
252.204 7020 NIST SP 800 171 DoD Assessment Requirements
252.211 7003 Item Identification and Valuation
252.211 7007 Reporting of Government Furnished Property
252.213 7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System Statistical Reporting in Past Performance Evaluations
252.225 7048 Export Controlled Items
252.227 7015 Technical Data Commercial Items
252.227 7027 Deferred Ordering of Technical Data or Computer Software
252.227 7037 Validation of Restrictive Markings on Technical Data
252.232 7003 Electronic Submission of Payment Requests and Receiving Reports
252.232 7006 Wide Area Work Flow Payment Instructions
252.232 7010 Levies on Contract Payments
252.242 7005 Contractor Business Systems
252.243 7001 Pricing Of Contract Modifications
252.244 7000 Subcontracts for Commercial Items
252.247 7023 Transportation by Sea
52.204 24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
As prescribed in 4.2105(a), insert the following provision:
REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020)
The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204 26, Covered Telecommunications Equipment or Services Representation, or in paragraph (v)(2)(i) of the provision at 52.212 3, Offeror Representations and Certifications Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204 26, or in paragraph (v)(2)(ii) of the provision at 52.212 3.
(a) Definitions. As used in this provision
Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Prohibition.
(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third party, such as backhaul, roaming, or interconnection arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third party, such as backhaul, roaming, or interconnection arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".
(d) Representation. The Offeror represents that
(1) It will, will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and
(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that
It does, does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section.
(e) Disclosures.
(1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer:
(i) For covered equipment
(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known);
(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.
(ii) For covered services
(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such
as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or
(B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.
(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer:
(i) For covered equipment
(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known);
(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.
(ii) For covered services
(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or
(B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.
(End of provision)
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 this/these address(es):
www.acquisition.gov (End of Provision)
52.252 2 Clauses Incorporated by Reference
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 this/these address(es): www.acquisition.gov
(End of Clause)
SITE VISIT REQUEST:
A site-visit at NSSC, Natick MA may be requested by interested parties NLT 1200 EST on 24 February 2025 to Chris Welsh at richard.c.welsh2.civ@army.mil and Alejandro Ayala at alejandro.ayala.civ@army.mil. One (1) site visit may be offered for all interested parties to attend collectively at a time/date TBD. All interested parties shall be required to fill out the NSSC Contractor Access Request Form and respond accordingly as instructed on the request form.
SUBMISSION OF PROPOSALS:
Proposals shall be submitted electronically to the Chris Welsh at richard.c.welsh2.civ@army.mil and the Alejandro Ayala at alejandro.ayala.civ@army.mil. All proposals shall be received NLT 1200 EST on 13 March 2025. Offers received after this date are late and will not be considered for award. For information on this acquisition, please contact Contract Specialist Chris Welsh at richard.c.welsh2.civ@army.mil and the Contracting Officer Alejandro Ayala at alejandro.ayala.civ@army.mil.
All questions about the solicitation shall be submitted electronically by 1500 EST on 28 February 2025. Questions submitted after this time/date may not receive a response.