Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
SOLICITATION NOTICE

H -- SCBA Air Packs annual testing. Testing shall be in accordance with PWS attached.

Notice Date
9/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG13T9175
 
Response Due
9/18/2013
 
Archive Date
11/11/2013
 
Point of Contact
Karla Candelaria, 9155687373
 
E-Mail Address
MICC - Fort Bliss
(karla.candelaria.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, 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 number is W911SG-13-T-9175 and is issued as a request for proposal. SCBA Air Packs Testing must be provided by a single vendor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59 dtd May 10, 2012. This requirement is 100% set aside for small businesses. The North American Industry Classification System (NAICS) Code for this requirement is 541380 Testing Laboratories with a corresponding Small Business Size standard of $14.0 million. The Mission Installation Contracting Command Fort Bliss, TX 79916 intends to award a firm-fixed price type contract. Requirements are as follows: CLIN 1 - SCBA Air Packs Testing SCBA Air Packs Testing per PWS attached herein. CLIN 2 - Contractor Manpower Report (CMR) Contractor shall provide the CMR in accordance with the instructions under Contractor Manpower Reporting provided herein. Period of Performance shall be F.O.B Destination to Fort Bliss, TX 79916 and is required for the following dates: Date of Award (DOA) for one (1) month. The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification FAR 52.232-1, Payments FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 252.204-7003, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004, Central Contractor Registration Alternate A DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -Commercial Items, and the following fill-in clauses in 52.212-5 also apply: FAR 52.219-6, 52.219-28, 52.222-3, 52.222-19,52.222-21, 52.222-26, 52.222-41, 52.223-18, 52.225-13, and 52.232-33; DFARS 252.212-7001, Contract Terms and Conditions Required to Implementing Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and the following fill-in clauses in DFARS 252.212-7001also apply: 252.225-7001. The full text of these provisions and clauses may be obtained by accessing http://www.acq.osd.mil/dpap/dars/index.html or http://www.arnet.gov The following Local Clause also applies: 5152.233-4000, AMC-Level Protest Program (Nov 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) The offeror must be actively registered in the System for Award Management Registration to be considered for award. The website is http://www.sam.gov. Offerors shall submit by e-mail: (1) A complete proposal with a detailed statement of capabilities to meet work to be performed as stated in PWS. Failure to provide capabilities statement will cause an offerors proposal to be deemed nonresponsive. All questions are due no later than 16 September 2013, 8:00 a.m. MST. Proposals are due by 18 September 2013, 9:00 a.m. MST and must be emailed to karla.candelaria.civ@mail.mil. Offers will be evaluated in accordance with 52.212-2 Evaluation - - Commercial Items (a) The Government will award one contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined to be the lowest price technically acceptable (LPTA) proposal with acceptable past performance. The following factors shall be used to evaluate offers: (1) Technical capability of the items to meet the Government requirement; (2) Price; (3) Past Performance. 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 r6eceived before award. (End of Provision).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cef766ced9e455bc47217be4cda47a82)
 
Place of Performance
Address: MICC - Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN03186015-W 20130914/130912235918-cef766ced9e455bc47217be4cda47a82 (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.