Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

B -- Industrial Base Studies

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV15R0140
 
Response Due
5/13/2015
 
Archive Date
7/6/2015
 
Point of Contact
Charley Jackson, Jr., 586-282-3514
 
E-Mail Address
ACC - Warren (ACC-WRN)(DTA)
(charley.g.jackson2.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. 1. 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. 2. Solicitation W56HZV-15-R-0140 for non-personal services is being issued as a Request for Proposal (RFP) for a Blanket Purchase Agreement (BPA). This BPA is for Fixed Firm Price (FFP) hours. 3. The United States (U.S.) Army Contracting Command - Warren (ACC-WRN) intends to establish a BPA with one or more Industrial base study consulting firms in order to provide industrial base studies for Congressional and Department of Defense (DoD) management as needed throughout the life time of the BPA. A multiple award agreement is contemplated. The U.S. Government (USG) expects to award to at least two qualified contractors. The Government intends to enter into a BPA for one base year (31 May 2015 to 30 May 2016) with two (2) option years (ending in May 2017 and 2018). The option period time can be shortened at the Government's discretion. This BPA will have a period of performance of three and a half (3.5) years from date of agreement via issuance of Blanket Purchase Agreement Calls. The BPA will be reviewed annually. The BPA Master Dollar Limit shall be $42,917,080.00. Call limits will be $6,500,000.00. There are an estimated 50,000 hours per year for three (3) years for an estimated 150,000 total hours. A breakdown of Federal Acquisition Regulation (FAR) 13.303-3 requirements follow and will be incorporated into the awarded BPA. (1) Description of the agreement - The contractor shall provide Industrial base studies and related services IAW the PWS within 3 months to 12 months of a call order issuance, as specified in the call order. (2) Extent of the obligation - the Government is obligated only to the extent of authorized purchases actually made under this BPA. (3) Purchase Limitation - Individual purchases shall not exceed the simplified acquisition threshold. The limitation for individual purchases for commercial item and service acquisitions (as defined in FAR 2.101) conducted under Subpart 13.5 is $6.5 million. (4) Individuals authorized to order under the BPA: The following individuals are authorized to purchase under the BPA: All ACC-WRN and all ACC-WRN satellite sites including Anniston, Red River, Sierra, and Watervliet (see https://contracting.tacom.army.mil/) contracting officers up to and including the Simplified Acquisition Threshold (SAT) limit. The contracting offices listed may place an order for any USG entity that wishes to use this BPA. (5) Delivery Tickets - All prepared reports shall contain the following minimum information: a. (i) Name of supplier. b. (ii) BPA number. c. (iii) Date of purchase. d. (iv) Purchase number. e. (v) Itemized list of supplies or services furnished. f. (vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information). g. (vii) Date of delivery or shipment. (6) Invoices - (i) A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets 4. IBS Requirements: IBS requirements will be pursuant to the attached PWS. 5. Place of Performance: Performance will take place throughout the U.S. as identified per BPA Call Order at U.S. Government facilities and the contractor facilities. 6. Quotes should include pricing per the attached price lists. No Variance from the price list is acceptable unless the contractor receives written approval from the contracting officer. 7. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-81. The intent is to award a three (3) year BPA. This acquisition is NOT set-aside for small businesses, but large business awardees will be expected to have a commercial small business subcontracting plan. The associated NAICS code for this acquisition is 541690 and the PSC code is B541; Small Business Administration size standard is $15.0 Mil. FAR 52.212-2 Evaluation Commercial Items (Jan 1999) the following factors shall be used to evaluate offers to this RFP and to call orders against the BPA: (i) Technical capability of the services and related deliverables offered to meet the Government needs, (ii) Price (based on the contractor filling in the attached Price Evaluation Sheet (PES) with their offer), (iii) Past Performance. The relative order of importance of the evaluation factors are in descending order of importance. When combined Technical Capability and Past Performance, are significantly more important than price. Past Performance will be evaluated using previous contract performance. Technical Capability will be evaluated by submission of qualified personnel resumes and certifications required to complete performance. 8. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring commodities / services on an as-needed basis from qualified sources that are readily available and thus eliminates the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All BPA Call Orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. 9. Period of Performance: 31 MAY 2015 to 30 MAY 2018 (anticipated with options which must be exercised by the USG) 10. Clauses & Provisions: It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm The following provisions and clauses apply to this acquisition: 52.204-7 System for Award Management (JUL 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.209-6 Protecting the Government's interest when subcontracting with contractors debarred, suspended, or proposed for debarment 52.212-1 Instructions to Offerors--Commercial Items (APR 2014) 52.212-3 Offeror Representations and Certifications--Commercial Items (Mar 2015) - Alternate I dated OCT 2014) 52.212-4 Contract Terms and Conditions--Commercial Items (DEC 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAR 2015) 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (JUL 2014) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (JUL 2014) 52.222-40Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-5 Authorized Deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-3 Protest After Award (AUG 1996) 52.233-4001(LOCAL WARREN) HQ AMC-Level Protest Procedures (OCT 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A System for Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.232-7003Electronic Submission of Payment Requests (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) 252.247-7023 Transportation of Supplies by Sea - Basic (APR 2011) 52.209-4020(LOCAL WARREN) Anti-Terrorism (AT) Level I Training Requirement (JUL 2014) 52.204-4020(LOCAL WARREN) Access and General Protection/Security Policy and Procedures (MAR 2015) 52.209-4021(LOCAL WARREN) Anti-Terrorism (AT) Awareness Training for Contractor Personnel Traveling Overseas (JUN 2012) 52.209-4022(LOCAL WARREN) iWATCH Training (JUL 2014) 52.204-4021(LOCAL WARREN) Contractor Employees Who Require Access to Government Information Systems (JUN 2012) 52.209-4023(LOCAL WARREN) OPSEC Training Requirement (JUN 2012) 52.209-4024(LOCAL WARREN) Information Assurance (IA)/Information Technology (IT) Training (JUN 2012) 252.225-7043Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States (MAR 2006) 52.204-9Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-4600(LOCAL WARREN) Trusted Associate Sponsorship System (TASS) Program (OCT 2013) 252.204-7000Disclosure of Information (AUG 2013) 252.204-7012Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.225-7048Export-Controlled Items (JUN 2013) 52.217-9Option to Extend the Term of the Contract (MAR 2000) 52.217-8Option to Extend Services (NOV 1999) 52.217-4Evaluation of Options Exercised at Time of Award (JUN 1988) 52.237-4000(LOCAL WARREN) Contractor Manpower Reporting (FEB 2013) 52.215-4005(LOCAL WARREN) Minimum Acceptance Period (OCT 1985) 52.203-3Gratuities (APR 1984) 252.243-7001Pricing of Contract Modifications (DEC 1991) 52.232-11Extras (APR 1984) 52.242-13Bankruptcy (JUL 1995) 52.253-1Computer Generated Forms (JAN 1991) 52.204-4009(LOCAL WARREN) Mandatory Use of Contractor to Government Electronic Communication (MAR 2005) 252.205-7000Provision of Information to Cooperative Agreement Holders (DEC 1991) 252.209-7004Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (DEC 2014) 252.226-7001Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 252.243-7002Requests for Equitable Adjustment (DEC 2012) 52.204-18Commercial and Government Entity Code Maintenance (NOV 2014) 52.227-1Authorization and Consent (DEC 2007) 252.204-7015Disclosure of Information to Litigation Support Contractors (FEB 2014) 52.222-1Notice to the Government of Labor Disputes (FEB 1997) 52.223-6Drug-Free Workplace (MAY 2001) 52.232-17Interest (MAY 2014) 52.244-5Competition in Subcontracting (DEC 1996) 252.204-7006Billing Instructions (OCT 2005) 252.225-7012Preference for Certain Domestic Commodities (FEB 2013) 252.225-7033Waiver of United Kingdom Levies (APR 2003) 252.244-7000Subcontracts for Commercial Items (JUN 2013) 252.203-7999Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010) (FEB 2015) 252.219-7003 ALT ISmall Business Subcontracting Plan (DoD Contracts) (DEVIATION 2013-O0014) (OCT 2014), 52.242-17Government Delay of Work (APR 1984) 252.204-0005(DFARS PGI) Payment Instructions for the Defense Finance and Accounting Service (DFAS) - Line Item Specific: by Cancellation Date (SEP 2009) 52.204-4005(LOCAL WARREN) Required Use of Electronic Contracting (AUG 2012) 52.209-7Information Regarding Responsibility Matters (JUL 2013) 252.209-7999Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction (JAN 2012) 52.225-4003(LOCAL WARREN) Identification of Supply Contract/Subcontract(s) with a United Kingdom (U.K.) Firm in Excess of $1 Million (MAR 1990) 252.203-7998Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010) (FEB 2015) 52.233-2Service of Protest (SEP 2006) 52.215-4003(LOCAL WARREN) Hand carried Offers - Including Offers Delivered by Express Services (Non-US Postal Service Mail) (MAY 2011) 52.215-4404(LOCAL WARREN) Data and Communications Submitted to the Government Electronically (MAY 2002) 52.214-34Submission of Offers in the English Language (APR 1991) 52.214-35Submission of Offers in U.S. Currency (APR 1991) 52.204-16Commercial and Government Entity Code Reporting (NOV 2014) 252.215-7007Notice of Intent to Resolicit (JUN 2012) 52.215-20 ALT IVRequirements for Certified Cost or Pricing Data and Data Other than Certified Cost or Pricing Data (OCT 2010) Alternate IV (OCT 2010) 52.209-4011(LOCAL WARREN) Contractor Responsibility and Eligibility for Award (JAN 2001) 252.227-7013Rights in Technical Data-Noncommercial Items (FEB 2014) 252.227-7027Deferred Ordering of Technical Data or Computer Software (APR 1988) 52.245-1Government Property (APR 2012) 52.222-42Service Contract Labor Standards (MAY 2014) 52.222-43Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts (MAY 2014) 52.222-44Fair Labor Standards Act and Service Contract Service Contract Labor Standards - Price Adjustment (MAY 2014) 52.209-6Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.219-9Small Business Subcontracting Plan (DEVIATION 2013-O0014) (OCT 2014) 52.219-8Utilization of Small Business Concerns (OCT 2014) 11. Other Solicitation Provisions A) Offers shall include with their quotes a completed copy of 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items or enter at website https://www.sam.gov/portal/public/SAM/; if Representations and Certifications have been completed on System for Award Management (SAM) provide CAGE Code, Dun and Bradstreet number (DUNS) code, and Tax Identification Number (TIN). B) Offers shall include with their quotes a completed copy of 252.209-7993 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law. 12. All firms or individuals responding must be registered with the System for Award Management (SAM) and Wide Area Workflow (WAWF). Information concerning SAM and WAWF registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/. 13. The contracting office address is as follows: CHARLEY JACKSON, JR. Contract Specialist Army Contracting Command - Warren CCTA-HTA / Mail Stop 416 6501 E. 11 Mile Road Warren, MI 48397-5000 14. All responses must be sent to Charley Jackson, Jr. via email at charley.g.jackson2.civ@mail.mil, responses shall be submitted no later than 11:00 AM EDT, Wednesday 13 MAY 2015. 15. Questions via email shall be submitted no later than 1200 PM Eastern Daylight Time (EDT), Thursday, 7 MAY 2015 by emailing them to charley.g.jackson2.civ@mail.mil. Contracting Office Address: Army Contracting Command - Warren 6501 E. 11 Mile Road Warren, MI 48397-5000 Place of Performance: Contractor Facility Point of Contact(s): Charley Jackson, Jr. 586-282-3514 charley.g.jackson2.civ@mail.mil ADDENDUM 7 MAY 15: The following changes are made to the combination synopsis solicitation W56HZV15R0140: Contractor questions with the USG responses are posted for your convenience. Paragraph 7 - Past Performance will be evaluated using previous contract performance based on three contract references supplied by the offeror. Paragraph 10 - The following clauses are ADDED: 52.219-9Small Business Subcontracting Plan (DEVIATION 2013-O0014) (OCT 2014) 52.219-8Utilization of Small Business Concerns (OCT 2014)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/501db66a342bf53851c67db57eba11e5)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN03723400-W 20150509/150507234743-501db66a342bf53851c67db57eba11e5 (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  © 1994-2020, Loren Data Corp.