Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2013 FBO #4276
MODIFICATION

66 -- 924 MHz Radar Wind Profilers Repair

Notice Date
8/7/2013
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S613R0011
 
Response Due
8/15/2013
 
Archive Date
10/6/2013
 
Point of Contact
Sandra Johnson, 435-831-2756
 
E-Mail Address
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation #W911S6-13-R-0011 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-568. All firms responding must be registered with the System for Award Management (SAM). Description: The Mission & Installation Contracting Command - Dugway Proving Ground office is contemplating the purchase of non-personal services to repair four 924 MHz radar wind profilers located at Dugway Proving Ground, UT. The period of performance is anticipated to be August 20, 2013 - March 31, 2014. Performance Work Statement (PWS) Radar Wind Profilers Upgrade Vision Statement Keep lower tropospheric radar wind profiler capability intact at US Army Dugway Proving Ground, UT (DPG) 1 Introduction US Army Dugway Proving Ground, UT (DPG) has a requirement to upgrade four 924 MHz radar wind profilers with state-of-the-art hardware, software, and OS technology to maintain lower tropospheric radar wind profiler capability. 1.2 Background The US Army Dugway Proving Ground, UT (DPG) Meteorology Division has been operating two 924 MHz radar wind profilers for approximately ten years. Over the past four years, several of the components of each system have started to fail. Spare parts for the radars were purchased in FY07 and some repairs were made to the two systems. However, other components of the radars continued to experience reduced capability and some have failed. In FY11 the DPG Meteorology Division contracted with the original manufacturer, Vaisala, to perform an on-site inspection and evaluation of the two profilers. They found that there were faults to the phase shifters, RASS systems, final amplifiers, preamplifiers, and other components. Also, the two profilers run the Windows XP operating system, an operating system that is no longer supported or allowed on the DPG test network. DPG recently acquired two additional 924 MHz radar wind profilers from White Sands Missile Range. Dugway learned in FY12 that the original manufacturer has sold their radar wind profiler business and will not be able to continue with long-term support for the profilers. It was determined that, in order to keep the lower tropospheric radar wind profiler capability intact at Dugway, a new competitive solicitation was required to essentially rebuild the profilers with the latest state-of-the-art hardware, software, and OS technology. 1.3 Scope This project involves rebuilding four 924 MHz radar wind profilers with the latest state-of-the-art hardware, software, and operating system (OS) technology. The contractor is expected to reuse as much of the current wind profiler systems as possible. 2 General Requirements This section describes the general requirements for this effort. The following sub-sections provide details of various considerations on this effort. 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately. 2.2 Business Relations The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration. 2.3.1 Contract Management The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the support operations at US Army Dugway Proving Ground, UT and the contractor's corporate offices. 2.3.2 Contract Administration The contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The contractor shall respond to Government requests for contractual actions in a timely fashion. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to support contracts or task orders. The contractor shall assign work effort and maintaining proper and accurate time keeping records of personnel assigned to work on the requirement. The contractor shall be responsible for all management and administration matters relating to compliance with state and local lows, policies, and procedures. Any differences that arise at the installation shall be the responsibility of the contractor for resolution. 2.4 Subcontract Management The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or Contracting Officer Representative (COR). Cross teaming may or may not be permitted. 2.5 Contractor Personnel, Disciplines, and Specialties The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The contractor shall match personnel skills to the work or task with a minimum of under/over employment of resources. The contractor shall ensure the labor categories as defined in the Labor Categories document (see attachment), labor rates, and man-hours utilized in the performance of each line item issued hereunder will be the minimum necessary to accomplish the task. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 2.6 Location and Hours of Work Accomplishment of the results contained in this PWS requires work at US Army Dugway Proving Ground, UT (DPG). DPG is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Normal workdays are Monday through Thursday except US Federal Holidays. Workers typically work ten (10) hours per day, 40 hours per week. Regular hours of work are from 0650 to 1720 daily. The following Federal Holidays are observed: a. January 1st b. 3rd Monday in January c. 3rd Monday in February d. Last Monday in May e. July 4th f. 1st Monday in September g. 2nd Monday in October h. November 11th i. 4th Thursday in November j December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday, the preceding Thursday is observed as the holiday. SEQUESTRATION WORK HOURS: During a period of sequestration as implemented by the Contracting Officer, U. S. Army Dugway Proving Ground will operate on a four (4) day work week, Monday through Thursday, from 7:00 am to 3:30 pm (local time) (32 hours) except for Federal Holidays. A one-half hour (30 min.) lunch period will be taken between the hours of 11:00am and 1:00pm. Deliveries will be accepted on regular scheduled workdays between 7:00 am and 3:30 pm (local time). The Federal Holidays are the same as those listed above. When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. The Contracting Officer will notify the contractor, in writing, 21 days in advance, when the government anticipates implementing a reduced work schedule of 32 hours per week. The contractor will conform to the reduced work schedule unless otherwise authorized by the contracting officer through the approval of overtime hours above the scheduled 32 hour per week. The Contracting Officer will send a written notice of Termination when the sequestration work schedule is no longer required. The contract will resume normal operations as soon as practicable after receipt of the termination notice. 3 Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. 3.1 Rebuild and install four 924 MHz LAP-3000 wind profilers. Rebuild the profiler with the latest state-of-the-art hardware, software, and OS technology. The vendor is expected to reuse as much of the current system as possible while upgrading the most critical components to the latest technology. Major components include, but are not limited to, computers, operating systems, advanced signal detection software, receiver subsystems, power supplies, cooling fans, profiler health monitor systems, phase shifters, cables, UPS, RASS speakers, antennas, and power amplifiers. NOTE: Only Spectrum Management Certificed Equipment shall be used. Performance Standards a) STD: The rebuilt wind profiler shall be fully operational upon completion of installation and training. AQL: 100% Deliverables A002 Service Report 3.1.1 The Contractor shall provide five beam operation for each wind profiler. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.2 The Contractor shall provide and install a new computer for each wind profiler. The new computer shall include the following: Red Hat Linux OS preferred (Windows 7 is acceptable) New acquisition card LCD monitor Keyboard and mouse Performance Standards a) STD: Provide computer as required that fully supports the rebuilt profiler. AQL: 100% Deliverables A001 Computer Manual A002 Service Report 3.1.3 The Contractor shall provide and install control and advanced signal detection software for each wind profiler. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.4 The Contractor shall provide and install new receiver subsystem (e.g. and fully digital IF) for each wind profiler. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.5 The Contractor shall provide and install New power supplies for each wind profiler. New power supplies including preamp and final amplifiers. Power supplies shall be for transmitter and other electronics, both internally redundant. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.6 The Contractor shall provide and install redundant cooling fans for each wind profiler. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.7 The Contractor shall provide and install profiler health monitor system for each wind profiler. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.8 The Contractor shall provide and install solid-state phase shifters to replace mechanical relays for each wind profiler. This task includes the removal of the mechanical relays. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.9 The Contractor shall provide and install new cables as required for each wind profiler. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.10 The Contractor shall provide Up/Down converter evaluation and repair or replace for each wind profiler. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.11 The Contractor shall upgrade UPS or replace batteries if UPS is functional for each wind profiler. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.12 The Contractor shall upgrade RASS speakers as necessary for each wind profiler. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.13 The Contractor shall provide remote data viewing and control capability for each wind profiler. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.14 The Contractor shall inspect, retest, and if necessary correct functionality of the antenna, power amplifier and power output, RASS, computer system and control and detection software, UPS, VSWR, environmental controls, and other components as required for radar operation for each wind profiler. Performance Standards a) STD: Provide a fully functioning 924 MHz profiler. AQL: 100% Deliverables A002 Service Report 3.1.15 The Contractor shall provide installation for each wind profiler. Performance Standards a) STD: The rebuilt wind profiler shall be fully operational upon completion of installation and training. AQL: 100% Deliverables A002 Service Report 3.2 The Contractor shall provide training to DPG meteorological personnel for each wind profiler. The contractor shall provide operational and maintenance training to DPG Meteorological personnel. Training shall be sufficient to enable DPG meteorological personnel to fully operate and maintain the wind profilers. Performance Standards a) STD: The rebuilt wind profiler shall be fully operational upon completion of installation and training. AQL: 100% Deliverables A003 O&M Manual 3.3 The Contractor shall report ALL contractor labor hours for performance of services under this contract. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ and then click on Department of the Army CMRA or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Components CMR website. Performance Standards a) STD: Timely AQL: Reporting of manpower elements associated with this contract for each Government fiscal year is reported no later than October 31st of that calendar year. Deliverables A004 CMRA Reporting 4 Special Requirements This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort. 4.1 Security and Safety Contractor workers who will be performing work on the Government installation must be US Citizens or be authorized to work in the US. Contractor workers who will be performing work on the Government installation will be required to provide proof of identification and citizenship (such as a drivers license or green card) to be permitted to enter the installation. Contractor Access to DPG: Access to DPG requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drives license and criminal history / background checks. Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to DPG. Delays caused by adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractor's responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. Foreign Visitors/Employees: Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit DPG during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, driver's license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. Vehicle Licensing and Registration: The contractor's vehicles shall be operated and maintained within safety limits prescribed by State of Utah and the installation. All vehicles operated on installation streets, roads, and thoroughfares shall be properly licensed and registered with the State of Utah. Personnel Identification: Contractor personnel shall have in his possession a photo identification card, for example, a valid driver's license. Physical Security: The contractor shall be responsible for safeguarding all government property in the work area. Facilities and equipment shall be secured at the close of each performance period. Additional Security Requirements: 1.The Contractor shall be responsible for on-site security of the work area, equipment, and personnel. 2.Contractor will integrate current AT/OPSEC, operational contract support and related HQDA, and local command policy and procedures AR 525-13, ATTP 4-10, ALARACT messages 110/2011, and guidance contained in Integrating Antiterrorism and Operations Security into the Contract Support Process. Specifically these areas will be adhered to prior to award of the contract: 1.Contracts requiring access to Army-controlled installations or facilities. 1.The company will have a law enforcement background check completed for all employees who will be entering Army-controlled installations or facilities. Documentation of these checks will be made available to the COR upon request. The company will provide to the COR, seven days in advance of the event, names and Social Security numbers (or equivalent identification numbers for non-U.S. citizens) of all employees who will be entering Army-controlled installations or facilities. 2.The company will ensure that its employees entering Army-controlled installations or facilities have obtained access badges and passes in accordance with facility regulations and that these badges and passes are obtained in advance so as not to delay the accomplishment of contracted services. 3.The company will return all issued U.S. Government Common Access Cards, installation badges, and/or access passes to the COR when the contract is completed or when a contractor employee no longer requires access to the installation or facility. The contractor has complied with all personnel identity verification procedures. 2.FPCON impact on work levels. During FPCONs Charlie and Delta, services are discontinued. And services will resume when the FPCON level is reduced to level Bravo or lower. 3.All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 10 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 10 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. 4.Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 4.6.1 Conduct / Appearance The Government reserves the right to deny (bar from the post) an individuals access to DPG for reasons of impropriety that relate to laws, professions ethics, or conflict with Army requirements. In these situations, the contractor must provide an acceptable worker within thirty calendar days after receipt of notification that an individual has been banned from post. The contractor shall not sell any commodity or service to any individual on the installation or associated with this agreement. The contractor shall present a neat, well-groomed appearance at all times during the performance of services under the contract. The contractor shall wear clothing commonly associated and appropriate with the position. 4.6.3 Vacation / Illness / Injury The contractor will not be paid if he/she becomes ill and cannot perform. In the event of illness or injury, which may require emergency medical procedures or treatment, the contractor shall summon ambulance assistance by dialing 911 and notifying staff. The contractor is responsible for all costs for medical treatment that he may require. 4.6.4 Publicity The contractor shall not disclose information concerning this agreement or his activities at US Army Dugway Proving Grounds, Utah unless approved by the Contracting Officer. 4.6.5 Scheduled / Unscheduled Visits Such visits will include those conducted locally by the Garrison or Contracting Office, and/or appropriately appointed Inspector General on assignment from higher headquarters (i.e., Headquarters). 4.6.6 Insurance Requirements The following insurance is required as a minimum; (a) Legally Required Insurance: Where certain laws apply such as State laws governing workman's compensation and employer's liability coverage, etc., the contractor, prior to commencement of work, shall furnish the Contracting Officer a written statement that such laws have been complied with and that compliance will continue throughout the period of contract performance. Minimum coverage of $100,000 is required. (b) Comprehensive General Liability & Automobile Liability: Comprehensive General Liability: Each Person Per Occurrence: None; Property Damage: $500,000 Automobile Liability: Each Person Per Occurrence: $200,000; Property Damage: $500,000 4.6.7 Identification of Contractor Personnel (a) All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor's company name and employee's name. The badges shall be a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the company's discretion. No other items may be placed on the badge. (b) Contractor workspace (office, laboratory, desk) shall contain a sign signifying the space is occupied by contractor employee(s) to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officers Representative. (c) Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars. (d) All Contractor correspondence (written, facsimile, and email display) shall include their company name. 4.6.8 Government - Contractor Relationship (a) The Government and the contractor understand and agree that the services to be delivered under this contract by the contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the contractor and/or between the Government and the contractors employees. It is therefore in the best interest of the Government to afford the parties a full and complete understanding of their respective obligations. (b) Contractor personnel under this contract shall not: (1) be placed in a position where they are appointed or employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer, Military or Civilian. (2) be placed in a staff or policy making position. (3) be placed in a position of command, supervision, administration of control over DA Military or Civilian Personnel, or personnel of other contractors, or become a part of the Government organization. (4) be used for the purpose of avoiding manpower ceilings or other personnel rules and regulations of DA or the Civil Service Commission. (5) be used in administration or supervision of military procurement activities. (c) Employee Relationship: (1) The services to be performed under this contract do not require the contractor or his employees to exercise personal judgment and discretion on behalf of the Government, but rather the contractors employees will act and exercise personal judgment and discretion on behalf of the contractor. (2) Rules, regulations, directions, and requirements which are issued by command authorities under their responsibility for good order, administration, and security are applicable to all personnel who enter the installation, or who travel on Government transportation. This stipulation is not to be construed or interpreted to establish any degree of Government control which is inconsistent with a non-personal services contract. 4.6.9 Replacement of Personnel When during the performance of this contract the Contractor intends to replace any one of the personnel specified in the Scope of Work, the Contractor will make available to the Government at least 30 days prior to replacement the resume of the individual to fill the specified position to ascertain if the minimum standards set forth in the Scope of Work are complied with and maintained. A monthly listing of employees shall be submitted to the Contracting Officer and one copy to the Contracting Officers Representative. The listing must state continuing employees and new employees. The Government reserves the right to request a copy of the resume at any time. The minimum standards of education and experience will be maintained throughout the term of the contract. 5 Deliverables The contractor shall provide deliverables as described in subsequent task orders. Deliverables shall be specified by the government. Format and delivery schedule for deliverables shall be outlined in CDRLs and/or other means TBD. Identifier Name Description A001Computer ManualThe computer manual provided by the computer manufacturer is generally sufficient. However, the computer manual shall also include any special additions (e.g. data acquisition cards) that are not described in other system documentation. The computer manual shall includespecifics of the computer hardware (type of subsystems) and what special considerations there are for any components that are not typical of modern computer systems. Digital or print copy formats are acceptable. A002Service ReportThe Contractor shall provide a digital copy of the service report at the conclusion of the rebuild. The report shall describe the work that was performed on the existing system to take it from its current state to the new state. The report shall also identify the major components replaced and identify the item(s) each was replaced with. For example: removal of transmitter and replacement with model xxx, replacement of phase shifter with model xxx, upgrade antenna with xxx components, etc. A003O&M ManualThe contractor shall provide one digital copy and no fewer than two print copies of the O&M manual. The O&M manual shall describe in sufficient detail the complete operation of the radar (used by meteorologists) and the complete maintenance and common repair as can be conducted by a Dugway Proving Ground engineering technician. Figures and photographs shall be clear and legible (not copies of previous copies). Best commercial practices shall be used in developing the O&M manual. A004CMRA ReportingRefer to PWS item 3.4 for additional information. 6 Related Documents The following Documents are related to this project: NONE (End of PWS) This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. Questions: Questions regarding this solicitation are to be submitted in writing via email to paul.e.frailey.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. The deadline for questions is Monday, August 5, 2013 at 3:20 PM MT. Clauses and Provisions: The following provisions and clauses apply to this RFQ: 52.204-7 - Central Contractor Registration, DEC 2012 252.204-7004 Alternate A, system for Award Management, MAY 2013 252.204-7011 - Alternative Line Item Structure, SEP 2011 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country, JAN 2009 52.212-1 - Instructions to Offerors - Commercial Items, FEB 2012 252.215-7008 - Only One Offer, JUN 2012 252.227-7028 - Technical Data or Computer Software Previously Delivered to the Government, JUN 1995 52.237-1 - Site Visit 52.233-1 - Service of Protest, SEP 2006 52.252-1 - Solicitation Provisions Incorporated by Reference, FEB 1998 52.212-2 - Evaluation - Commercial Items, JAN 1999 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - DoD, MAR 2013 52.212-3 - Offeror Representations and Certifications - Commercial Items, DEC 2012 252.212-7000 - Offeror Representations and Certifications - Commercial Items, JUN 2005 52.204-4 - Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, MAY 2011 52.204-13 - Central Contractor Registration Maintenance, DEC 2012 52.223-5 - Pollution Prevention and Right-to-Know Information, MAY 2011 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications, DEC 2012 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation, APR 1984 52.246-4 - Inspection of Services - Fixed Price, AUG 1996 52.246-16 - Responsibility for Supplies, APR 1984 52.247-34 - FOB Destination, NOV 1991 252.201-7000 - Contracting Officer's Representative, DEC 1991 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights, JAN 2009 252.204-7003 - Control of Government Personnel Work Product, APR 1992 252.204-7008 - Export Controlled Items, APR 2010 252.209-7004 - Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, DEC 2006 252.223-7006 - Prohibition on Storage and Disposal of Toxic and Hazardous Materials, APR 2012 252.223-7008 - Prohibition of Hexavalent Chromium, MAY 2011 252.243-7001 - Pricing of Contract Modifications, DEC 1991 52.212-4 - Contract Terms and Conditions - Commercial Items, FEB 2012 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, JAN 2013 52.222-50 - Combating Trafficking in Persons, FEB 2009 52.203-6 - Restrictions on Subcontractor Sales to the Government, SEP 2006 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, DEC 2010 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters, FEB 2012 52.219-3 - Notice of HUBZone Set-Aside or Sole-Source Award, NOV 2011 52.219-6 - Notice of Total Small Business Set-Aside, NOV 2011 52.219-8 - Utilization of Small Business Concerns, JAN 2011 52.219-14 - Limitations on Subcontracting, NOV 2011 52.219-28 - Post Award Small Business Program Representation, APR 2012 52.222-3 - Convict Labor, JUN 2003 52.222-19 - Child Labor - Cooperation with Authorities and Remedies, MAR 2012 52.222-21 - Prohibition of Segregated Facilities, FEB 1999 52.222-26 - Equal Opportunity, MAR 2007 52.222-35 - Equal Opportunity for Veterans, SEP 2010 52.222-36 - Affirmative Action for Workers with Disabilities, OCT 2010 52.222-37 - Employment Reports on Veterans, SEP 2010 52.222-40 - Notification of Employee Rights under the National Labor Relations Act, DEC 2010 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving, AUG 2011 52.225-13 - Restrictions on Certain Foreign Purchases, JUN 2008 52.232-33 - Payment by Electronic Fund Transfer - Central Contractor Registration, OCT 2003 52.222-41 - Service Contract Act of 1965, NOV 2007 52.222-42 - Statement of Equivalent Rates for Federal Hires, MAY 1989 52.222-44 - Fair Labor Standards Act and Service Contract Act - Price Adjustment, SEP 2009 52.227-19 - Commercial Computer Software License, DEC 2007 52.252-2 - Clauses Incorporated by Reference, FEB 1998 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, MAR 2013 52.203-3 - Gratuities, APR 1984 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials, SEP 2011 252.225-7012 - Preference for Certain Domestic Commodities, FEB 2013 252.226-7001 - Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, SEP 2004 252.227-7015 - Technical Data - Commercial Items, DEC 2011 252.227-7037 - Validation of Restrictive markings on Technical Data, JUN 2012 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports, MAR 2008 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel, NOV 2010 252.243-7002 - Requests for Equitable Adjustment, DEC 2012 252.247-7023 - Transportation of Supplies by Sea, MAY 2002 252.232-7006 - Wide Area Workflow Payment Instructions, MAY 2013 5252.233-4000 - AMC-Level Protest Program, SEP 2011 Interested vendors wishing to respond to this solicitation shall provide a proposal in accordance with the instructions provided in quote mark Instructions, Conditions, and Notices to Offerors. quote mark Pricing shall be valid for 60 calendar days. Offers are due at 10:00 AM MT August 8, 2013. Offers may be emailed. Submit emailed offers to paul.e.fraily.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. For any questions or concerns please contact Sandy Johnson at 435-831-2756 or via email at sandra.j.johnson90.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/313da8cbbbc2f8d181e00203f76eed39)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN03140360-W 20130809/130807235632-313da8cbbbc2f8d181e00203f76eed39 (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.