Search Contract Opportunities

Solicitation JOB Maintenance and Diagnostics for two (2) Ingersoll Rand Rotary Screw Air Compressors (300 HP SIERRA, Model H300/Serial # TS6921 and 100 HP SIERRA, Model H100/Serial # TS4316)   2

ID: W911QX-24-Q-0178 • Type: Solicitation

Description

  1. Solicitation Number: W911QX-24-Q-0178
  2. Classification Code: J
  3. NAICS Code: 811310
  4. Response Date: 7/31/2024 due via email to the Primary Point of Contact listed in the SAM.gov webpage for this combined synopsis-solicitation.
  5. Description:

Disclaimer: 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; proposals are being requested and a written solicitation will not be issued.

NOTICE : THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:

THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.

This acquisition is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05.

For purposes of this acquisition, the associated NAICS code is 811310. The small business size standard is $12.5M.

Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN 0001 ONE (1) JOB Maintenance and Diagnostics for two (2) Ingersoll Rand Rotary Screw Air Compressors (300 HP SIERRA, Model H300/Serial # TS6921 and 100 HP SIERRA, Model H100/Serial # TS4316)

OPTION CLIN 0002 ONE (1) JOB Maintenance and Diagnostics for two (2) Ingersoll Rand Rotary Screw Air Compressors (300 HP SIERRA, Model H300/Serial # TS6921 and 100 HP SIERRA, Model H100/Serial # TS4316)

OPTION CLIN 0003 ONE (1) JOB Maintenance and Diagnostics for two (2) Ingersoll Rand Rotary Screw Air Compressors (300 HP SIERRA, Model H300/Serial # TS6921 and 100 HP SIERRA, Model H100/Serial # TS4316)

OPTION CLIN 0004 ONE (1) JOB Maintenance and Diagnostics for two (2) Ingersoll Rand Rotary Screw Air Compressors (300 HP SIERRA, Model H300/Serial # TS6921 and 100 HP SIERRA, Model H100/Serial # TS4316)

OPTION CLIN 0005 ONE (1) JOB Maintenance and Diagnostics for two (2) Ingersoll Rand Rotary Screw Air Compressors (300 HP SIERRA, Model H300/Serial # TS6921 and 100 HP SIERRA, Model H100/Serial # TS4316)

Specifications/Requirement: SEE ATTACHED DOCUMENT TITLED PWS

Delivery: Period of Performance is anticipated to be 01 September 2024 31 August 2025. Each option CLIN is for a period of one (1) year after the end of the base period of performance. Performance shall be at 6340 Rodman Road, Building 4603, Aberdeen Proving Ground (APG), MD 21005. Acceptance shall be performed at 6340 Rodman Road, Building 4603, Aberdeen Proving Ground (APG), MD 21005.

Clauses:

  1. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The following addenda have been attached to this provision:

In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.

  1. Evaluation Criteria - The specific evaluation criteria to be used are as follows:

Lowest Price Technically Acceptable

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.

Technical Acceptability:

The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.

Price :

Price will be evaluated based on the total proposed price, including options, (if any).

  1. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
  2. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE.

V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items (selections within this clause are within the attached Provisions and Clauses Full Text-Attachment (for Combo Synopsis Solicitation), applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013)

52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013)

52.219-6 DEVIATION 2020-O00008 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)

52.222-3 CONVICT LABOR (JUN 2003)

52.222-19 DEVIATION 2020-O0019 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020)

52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999)

52.222-26 EQUAL OPPORTUNITY (MAR 2007)

52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)

52.222-41 SERVICE CONTRACT ACT OF 1965 (MAY 2014)

52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)

52.222-50 COMBATING TRAFFICKING IN PERSONS (NOV 2021)

52.222-55 MINIMUM WAGES UNDER EXECUITVE ORDER 13658 (DEC 2014)

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

52.226-8 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (MAY 2024)

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER CENTRAL CONTRACTOR REGISTRATION (JUL 2013)

52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023)

      1. PROTEST AFTER AWARD (AUG 1996)

VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT

2018)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015)

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015)

52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019)

52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)

252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEVIATION)

252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (JAN 2023)

252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES REPRESENTATION (DEC 2019)

252.204-7017 PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES REPRESENTATION (MAY 2021)

252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)

252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 2013)

252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)

252.244-7000 SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES (NOV 2023)

252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)

ACC-APG POINT OF CONTACT

TECHNICAL POINT OF CONTACT

TYPE OF CONTRACT

GOVERNMENT INSPECTION AND ACCEPTANCE

EXERCISE OF OPTION

NON-PERSONAL SERVICES

PAYMENT OFFICE (BANKCARD)

TAX EXEMPTION CERT. (ARL)

PAYMENT INSTRUCTIONS

DFARS COMMERCIAL CLAUSES

SUPERVISION OF EMPLOYEES

WORK HOURS

IDENTIFICATION OF CONTRACTOR EMPLOYEES

GOVERNMENT-CONTRACTOR RELATIONSHIPS

AUTHORIZATION TO USE GOVERNMENT FACILITIES

REQUIRED INSURANCE COVERAGE

COMMERCIAL ACQUISITION PROVISIONS & CLAUSES (DFARS)

EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL

ALDEPHI CONTR DIVISION

FOREIGN NATIONALS PERFORMING UNDER CONTRACT

DISTRIBUTION STATEMENT A

  1. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.
  2. The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.

Place of Performance: United States (U.S.) Army Research Laboratory (ARL) 6340 Rodman Road, Building 4603

Aberdeen Proving Ground (APG), MD 21005-5066

Background
The United States Army Research Laboratory (ARL) is a government laboratory focused on scientific, technical, and analytical research to provide innovative solutions for the Army. This contract aims to provide maintenance and diagnostics for two Ingersoll Rand Rotary Screw Air Compressors that supply compressed air for all ARD labs at Aberdeen Proving Ground (APG), MD.

Work Details
The contractor shall perform the following tasks:

1. Inspect/change Air & Oil Filters biannually.
2. Inspect/change Separator Elements biannually.
3. Change Coolant annually in Spring.
4. Check cooler condition and blow out at each visit.
5. Check and clean condensate drains as needed.
6. Check condition of belts, adjust tension or change as necessary.
7. Lubricate main drive motor and cooling fan motor as needed.
8. Complete a multipoint inspection and document control panel parameters biannually in Spring and Fall.
9. Review warning shutdown history for abnormal shutdowns at each visit.
10. Dispose of all parts and lubricants per OSHA/EPA regulations.
11. Rebuild compressor inlet valves every 16,000 hours, discharge check valves every 8,000 hours, and blow down valves every 8,000 hours as applicable to oil-free fixed speed rotary units.
12. Provide Inspection Data Summary Reports biannually by an Ingersoll Rand certified technician including operational readings and safety alarms analysis.
13. Conduct Shock Pulse Monitoring of the drive train with comparative analysis against original equipment specifications at each visit biannually in Spring and Fall.
14. Provide a Fluid Analysis Report detailing coolant testing for wear metals and other properties with recommendations for future maintenance.

Period of Performance
The period of performance is anticipated to be from September 1, 2024, to August 31, 2025, with options for four additional years.

Place of Performance
The work will be performed at the U.S. Army Research Laboratory located at 6340 Rodman Road, Building 4603, Aberdeen Proving Ground (APG), MD 21005-5066.

Overview

Response Deadline
July 31, 2024, 11:59 a.m. EDT Past Due
Posted
July 24, 2024, 2:03 p.m. EDT
Set Aside
None
Place of Performance
Aberdeen Proving Ground, MD 21005 United States
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
Signs of Shaping
The solicitation is open for 6 days, below average for the ACC Aberdeen Proving Ground.
On 7/24/24 ACC Aberdeen Proving Ground issued Solicitation W911QX-24-Q-0178 for Solicitation JOB Maintenance and Diagnostics for two (2) Ingersoll Rand Rotary Screw Air Compressors (300 HP SIERRA, Model H300/Serial # TS6921 and 100 HP SIERRA, Model H100/Serial # TS4316) due 7/31/24. The opportunity was issued full & open with NAICS 811310 and PSC J043.
Primary Contact
Name
Douglas Dennard   Profile
Phone
(301) 394-3371

Documents

Posted documents for Solicitation W911QX-24-Q-0178

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W911QX-24-Q-0178

Contract Awards

Prime contracts awarded through Solicitation W911QX-24-Q-0178

Incumbent or Similar Awards

Contracts Similar to Solicitation W911QX-24-Q-0178

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W911QX-24-Q-0178

Similar Active Opportunities

Open contract opportunities similar to Solicitation W911QX-24-Q-0178

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W911QX
Source Organization Code
500038577
Last Updated
Aug. 15, 2024
Last Updated By
douglas.c.dennard.civ@army.mil
Archive Date
Aug. 15, 2024