Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2014 FBO #4645
SOLICITATION NOTICE

66 -- Small Purchase Order for Maintenance Agreement for a Quanta 3D Dual Beam Laboratory Instrument System

Notice Date
8/11/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-14-T-0196
 
Response Due
8/15/2014
 
Archive Date
10/10/2014
 
Point of Contact
Taccara, 2568761716
 
E-Mail Address
ACC-RSA - (Missile)
(taccara.n.clay.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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 number W31P4Q-14-T-0196 is being issued as a request for quote; however, the US Army Aviation and Missile Command intends to issue a sole source firm fixed price purchase order to FEI, Inc., 5350 N.E. Dawson Creek Drive, Hillsboro, Oregon 97124. Authority cited: Statutory Authority permitting other than Full and Open Competition for this requirement is 10 U.S.C. 2304(C) (1), as implemented by paragraphs 6.302-1 of the Federal Acquisition Regulation (FAR) entitled - Only one responsible source and no other supplies or services will satisfy agency requirements. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. This is a new requirement for repair and maintenance of Quanta 3D Dual Beam laboratory Instrument System in Building 7804, Redstone Arsenal, AL. The anticipated period of performance is from date of award through 22 June 2015. The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: - CLIN 0001 - Base Year - This CLIN will be issued for the total acquisition of the required service. - CLIN 0002 - Option Year 1 - CLIN 0003 - Option Year 2 - CLIN 0004 - Option Year 3 - CLIN 0005 - Contractor Manpower Reporting (CMR) - See the attached Performance Work statement (PWS) for the CMR requirements. The technical requirements for this action are contained in a separate attachment. The place of delivery, acceptance and FOB point is: US Army Research, Development and Engineering Command Weapons Development and Integration Directorate RDMR-WDS-WP (Mark Temmen) Building 7804 Redstone Arsenal, AL 35898 All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. All quotes shall include delivery dates expressed in days or weeks from award date. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The following FAR provisions/clauses are applicable to this requirement: * 52.204-7 - System for Award Management * 52.212-1 - Instructions to Offerors - Commercial Items * 52.212-3 - Offeror Representations and Certifications - Commercial Items * 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 o 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards o 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment o 52.219-28 - Post Award Small Business Program Rerepresentation o 52.222-3 - Convict Labor o 52.222-21 - Prohibition of Segregated Facilities o 52.222-26 - Equal Opportunity o 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans o 52.222-36 - Affirmative Action for Workers with Disabilities o 52.222-37 - Employment Reports on Veterans o 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving o 52.225-13 - Restrictions on Certain Foreign Purchases o 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management o 52.222-41 - Service Contract Act of 1965 o 52.222-42 - Statement of Equivalent Rates for Federal Hires o 52.222-43 -Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) * 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors * 52.242-15 - Stop-Work Order * 52.246-4 - Inspection of Services -- Fixed Price * 52.247-34 - F.O.B. Destination The following DFARS clauses are applicable to this requirement: * 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials * 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information * 252.204-7015 -Disclosure of Information to Litigation Support Contractors * 252.209-7001 -Disclosure of Ownership or Control by the Government of a Terrorist Country * 252.223-7008 -Prohibition of Hexavalent Chromium * 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports * 252.232-7006 - Wide Area Workflow Payment Instructions * 252.232-7010 -Levies on Contract Payments * 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel * 252.244-7000 -Subcontractors for Commercial Items * 252.246-7003 -Notification of Potential Safety Issues * 252.246-7004 -Safety of Facilities, Infrastructure, and Equipment for Military Operations Other clauses may be included in the award if applicable. As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award. Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. Offerers must fill-in the attached provision, DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, and submit with their quote. Quotes are due no later than 3:00 pm (CST), 15 August 2014, in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Taccara Clay at taccara.n.clay@us.army.mil or via facsimile at 256-876-1716, marked to the attention of Taccara Clay. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: ACC-RSA, CCAM-RDB ATTN: Taccara N. Clay (256-876-1716) Building 5400, Room B139 Redstone Arsenal, AL 35898-5250 Oral communications are not acceptable in response to this notice. NO FOREIGN PARTICIPATION IS ALLOWED. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable. All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and DUNS number. Quotes/offers received after the specified due date and time will not be considered for award. For further information or questions regarding this solicitation, contact Taccara Clay via email at taccara.n.clay@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a84ea883c9533e79f5dec0cc77a9495f)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03460774-W 20140813/140812000014-a84ea883c9533e79f5dec0cc77a9495f (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.