Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2008 FBO #2398
SOLICITATION NOTICE

H -- Surveillance Testing on Chemical Biological Decontamination Kit

Notice Date
6/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-08-R-0403
 
Response Due
6/26/2008
 
Archive Date
8/25/2008
 
Point of Contact
TzeLeong Steven Chang, 309-782-3557
 
Small Business Set-Aside
N/A
 
Description
This solicitation is restricted to Southwest Research Institute. 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2008-19, effective 17 September 2007. The requirement is for surveillance testing on forty-four (44) lots of Chemical Biological Decontamination Kits. The surveillance testing is for a Firm-fixed Priced, 3-years Indefinite Delivery-Indefinite Quantity contract with a minimum guaranteed quantity of one (1) lot and a maximum contract quantity of forty-four (44) lots. Order Periods under this contract are: Ordering Period 1: Award 31 Jul 2009 Ordering Period 2: 01 Aug 2009 31 Jul 2010 Ordering Period 3: 01 Aug 2010 31 Jul 2011 Proposals shall include documentation to support all prices proposed (i.e. catalog prices, commercial invoices, price lists, and/or previous contract pricing). Please complete the Price Evaluation Sheet (Attachment 0001) for each Ordering Period and Quantity Range. Pricing on this sheet will reflect the ceiling price. Prior to issuance of every delivery order, the contractor will provide a reduced price, no higher than the ceiling price reflected in the Price Evaluation Sheet, for every requirement. The Contract establishes unit prices for order periods two and three. At the beginning of each ordering period, the Contractor shall provide its current catalog, list or GSA prices to the Contracting Officer. If the Contractors catalog prices are less than the prices specified in the contract, the Government shall be entitled to the lower price and the catalog price shall apply. A formal modification will be issued to reduce the price to the new lower price for that ordering period. I the event that the Contractors current price is higher than the contract price, the contract price shall govern and no modification will be issued. If at any time during the ordering period a lower price is available, the contractor shall inform the Contracting Officer and the lower price shall continue in effect through the remainder of the ordering period and modifications adjusting the prices shall be issued. Catalog prices for the new ordering period must be submitted 30 days prior to each ordering period. Scope Of Work The US Army has a requirement for lab testing of Chemical Biological Decontamination Kits for Shelf life extension. Shelf Life Extension testing allows this item to extend the service life by 5 years. Shelf life testing shall be conducted IAW SB 740-94-2 TRC-4AZ and SB 740-94-2 TRC-4AT. Each sample shall consist of multiple testing of no less than three (3) tests. Shelf life testing shall be conducted by a lab certified by the US Army. A minimum of eight (8) samples shall be tested per day or thirty-two (32) samples (1 Lot) per week. Upon completion of each lot, test results will be sent to RDECOM ECBC, Rock Island Arsenal, AMSRD-ECB-END Building 62 W. Meyer, Rock Island IL 61299-7390. The proposal shall include the proposed delivery schedule for all items proposed under this solicitation. FOB is destination. Inspection and acceptance are at Origin. Packaging shall be best commercial pack. The following clauses are applicable to this solicitation: 52.212-1, Instructions to Offerors - Commercial Items. 52.212-3, Offeror Representations and Certifications -- Commercial Items (copy of this provision shall be completed and submitted with the offer). 52.212-4, Contract Terms and Conditions - Commercial Items. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. (Applicability includes Paragraph (a) items 1, 2, (b) items 15, 16, 17, 18, 19, 20, 31) 52.247-34 FOB Destination 52.247-35 FOB Destination, within consignees premises 52.247-48 FOB Destination Evidence of Shipment 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. (Applicability includes Paragraph (a) items 1, (b) items 17, 19, 20i) 252.243-7001 Pricing of Contract Modifications 52.246-4500 TACOM LCMC (RI), Wide Area Workflow-Receipt Acceptance (WAWF-RA) Wide Area Workflow (WAWF) shall be required for use on any resulting contract associated with this solicitation. Contractors will be required to invoice through WAWF and DCMA will use this system to accept the materials for shipment purposes. (a) To comply with the clauses at 252.246-7000, Material Inspection and Receiving Report, and at 252.232-7003, Electronic Submission of Payment Requests, TACOM LCMC (Rock Island) uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. The contractor is required to register and use WAWF at https://wawf.eb.mil. (b) When prompted to send additional email notifications, add tzeleong.steven.chang@us.army.mil. (c) You may use this link for assistance in completing the WAWF documentation: http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox/CreateCIRR.swf (d) Other WAWF training is available from the WAWF main web site, or directly at: http://www.wawftraining.com 52.216 TACOM LCMC (RI), IDIQ Contracts Issued Under Simplified Acquisition Procedures (SAP) 1. This solicitation will result in the competitive award of a 3-year firm-fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract (see FAR 16.504). 2. The specific ordering periods, guaranteed minimum quantity, and maximum contract quantity are identified in the Section B Schedule of Supplies. The guaranteed minimum quantity shown in the Section B Schedule is the only guaranteed quantity to be awarded under this solicitation, and specifically represents the minimum guaranteed quantity as defined by FAR and DFARS clauses contained within this solicitation document, either in full text or by reference. All other quantities are estimated only and do not bind the Government in any way. 3. Offerors must complete the Price Evaluation Spreadsheet in order to be considered for award. The quantity ranges on the Price Evaluation Spreadsheet are provided solely for the purpose of establishing reasonable ranges of quantities against which to provide prices in the event orders are executed beyond the guaranteed minimum quantity. 4. All Delivery Orders will be issued unilaterally by the Government with firm delivery dates. Deliveries will be due as outlined in the Section B Schedule. Any resulting Delivery Order will use the unit price proposed for the applicable ordering period and quantity range. 52.216-18, Ordering (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from Contract Award to 31 Jul 2011. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19, Order Limitations (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 2 each, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of ten (10) lots; (2) Any order for a combination of items in excess of N/A; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22, Indefinite Quantity (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 31 Jul 2012. The signed offer must be dated and delivered to the following POCs no later than 3:00 PM (Central) on 26 Jun 2008: Ms. Donna Webb, Contracting Officer, donna.webb1@us.army.mil and Mr. Steven Chang, Contract Specialist, tzeleong.steven.chang@us.army.mil. The POC for this solicitation is Mr. Steven Chang, 309-782-3557.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9c94f26cb1896c4c9c75a644863d0f7e&tab=core&_cview=1)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
 
Record
SN01595793-W 20080620/080618215449-9c94f26cb1896c4c9c75a644863d0f7e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.