Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

66 -- Relative Gravity Meters and Related Services - ATTACHMENT A NGA SOW

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
HM157509T0028
 
Archive Date
10/7/2009
 
Point of Contact
Scott J Hardin, Phone: 314-676-0203
 
E-Mail Address
scott.j.hardin@nga.mil
(scott.j.hardin@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment B NGA Pricing Template Attachment A NGA Statement of Work 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. The North American Industry Classification System (NAICS) code for this acquisition is 334513. The reference number for this Request for Quote (RFQ) is HM157509T0028. Please see Attachment A, Statement of Work for a technical description of the required items. Additionally, vendors shall complete Attachment B, Pricing Template to assist the government in evaluating solicitation responses. A single award will be made on the basis of technically acceptable/lowest price. Technical acceptance will be determined by verifying with NGA subject matter experts that the vendor has proposed the item(s) required to meet NGA's needs as identified in Attachment A. Additionally, vendors that respond to this posting shall provide a capabilities statement that includes a general description of how their firm can meet each of the requirements of NGA as detailed in sections 3.1, 3.2, 3.3, 4.0, 5.1, 5.2, 5.3, 5.4, and 6.0 of Attachment A. This capabilities document shall not exceed three (3) pages in length. NGA’s subject matter experts will review the capabilities statements and they will be rated for technical acceptability on a pass/fail basis. Lowest evaluated price will be determined based on the total price for all items proposed for the Base Year, Option Year One, Option Year Two, Option Year Three, and Option Year Four. Only vendors that can meet the technical and delivery requirements of the government as outlined in Attachment A should reply to this posting. The delivery is to be made to: NGA St. Louis ATTN: William Wangler, MS: L-020 3200 South 2nd St. St. Louis, MO 63118-6238 This requirement is for the acquisition of new relative gravity meters and related support and maintenance services. The anticipated Contract Line Item Number (CLIN) structure of the proposed contract is as follows: CLIN 0001 – Quantity of four (4), new Relative Gravity Meters, Including all applicable cables, associated hardware, operation manual, four lithium ion batteries, and all applicable shipping and air freight charges CLIN 0002 – Quantity of eight (8), Additional lithium ion batteries CLIN 0003 – Base Year Option CLIN - Quantity of one (1), One year warranty CLIN 0004 – Quantity of one (1), Three day onsite training session, regarding the operation of the relative gravimeters to be held in St. Louis, MO CLIN 0005 – Base Year Option CLIN - Quantity of one (1), Maintenance agreement: repair, maintenance, and calibration services for all gravity meters in accordance with the manufacturer’s operating procedures, (including any applicable shipping charges to return repaired gravity meters to St. Louis, MO), The Period of Performance (PoP) shall be 12 months CLIN 1001 – OPTION YEAR ONE – Quantity of two (2), new Relative Gravity Meters, Including all applicable cables, adapters, and owners manuals, two lithium ion batteries, and all applicable shipping and air freight charges CLIN 1002 – OPTION YEAR ONE – Quantity of one (1), Maintenance agreement: repair, maintenance, and calibration services for all gravity meters in accordance with the manufacturer’s operating procedures, (including any applicable shipping charges to return repaired gravity meters to St. Louis, MO), The PoP shall be 12 months CLIN 2001 – OPTION YEAR TWO – Quantity of (1), Maintenance agreement: repair, maintenance, and calibration services for all gravity meters in accordance with the manufacturer’s operating procedures, (including any applicable shipping charges to return repaired gravity meters to St. Louis, MO), The PoP shall be 12 months CLIN 3001 – OPTION YEAR THREE – Quantity of (1), Maintenance agreement: repair, maintenance, and calibration services for all gravity meters in accordance with the manufacturer’s operating procedures, (including any applicable shipping charges to return repaired gravity meters to St. Louis, MO), The PoP shall be 12 months CLIN 4001 – OPTION YEAR FOUR - Quantity of (1), Maintenance agreement: repair, maintenance, and calibration services for all gravity meters in accordance with the manufacturer’s operating procedures, (including any applicable shipping charges to return repaired gravity meters to St. Louis, MO), The PoP shall be 12 months ADDITIONALLY: Vendors shall also describe the dollar amount, if any, which they offer for relative gravity meter trade-ins. Note that NGA has two (2) relative gravity meters that we wish to trade in. Vendors shall provide a quote for new gravity meters without any exchange, and for the new gravity meters with the exchange (trade-in allowance) for the two NGA gravity meters. Note that the Contracting Officer is not obligated to award on an exchange basis. If the lowest evaluated offer is an offer for the new items without any exchange, the Contracting Officer may award on that basis and forgo the exchange. Delivery is FOB Destination. Total cost shall also include any shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the vendor by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Vendors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer if ORCA Certifications have not been completed. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-3 Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204 -7 Central Contractor Registration; 52.209-6 Protecting the Government’s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post Award Small Business Program Representation, 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Manufacture, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses. Requirements Relating to Compensation of Former DoD Officials, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.204-7000 Disclosure of Information; 252.204-7004 Alternate A, Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.217-7002 Offering Property for Exchange, 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7010 Levies on Contract Payments; 252.243-7002 Requests for Equitable Adjustment. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. All offers are due to this agency no later than 3:00PM Central Time, 22 Sep 2009. Send all offers and any applicable questions to Scott Hardin via e-mail at scott.j.hardin@nga.mil, no telephone responses will be accepted. Point of Contact(s): Scott Hardin, Contract Specialist, Fax 314-676-3010, scott.j.hardin@nga.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM157509T0028/listing.html)
 
Place of Performance
Address: ATTN: William Wangler, MS: L-020, 3200 South 2nd St., St. Louis, Missouri, 63118-6238, United States
Zip Code: 63118-6238
 
Record
SN01957173-W 20090918/090917000501-531223c52908e00f7515a7c22d86510c (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.