SOLICITATION NOTICE
J -- W91ZLK-15-T-0102
- Notice Date
- 5/13/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-15-T-0102
- Response Due
- 5/27/2015
- Archive Date
- 7/12/2015
- Point of Contact
- Justino Surla, 443-861-4758
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(justino.r.surla.mil@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. 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-82 (7 May 2015). The solicitation number for this requirement is W91ZLK-15-T-0102. This requirement is a TOTAL SMALL BUSINESS SET-ASIDE. The applicable North American Industry Classification System (NAICS) Code is 334516 - Analytical Laboratory Instrument, size standard 500. This requirement is preventative maintenance, repair, and technical support services of QAIGEN Instrumentation. The Government contemplates award of a Firm-Fixed Price contract, Lowest Price Technically Acceptable. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Test Program for Certain Commercial Items. Description of Requirement: This is a non-personal services contract to provide Preventative Maintenance, Repair, and Technical support of medical instruments in support of the US Army Public Health Command (USAPHC) located on Aberdeen Proving Ground (APG). Please see the attached Performance Work Statement (PWS) for further details. The Government shall not exercise any supervision or control over the contract service provider performing the services. The contractor shall provide all personnel, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to provide preventative maintenance, repair, and technical support services for Government owned instruments. Instructions for Offerors: Offerors shall submit price proposals in accordance with the structure below. Please see the attached Instructions of Offerors for further details on proposal requirements. Partial quotes will not be evaluated by the Government. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulations (FAR) and whose proposal conforms to the solicitation requirements. CLIN 0001 Preventative Maintenance, Repair, and Technical Phone Support The contractor shall provide preventative maintenance, repair, and unlimited technical phone support on the QAIGEN instrumentation listed in the PWS. CLIN 0002 Accounting for Contract Services. Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the Performance Work Statement, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be submitted and identified by the subject CLIN number. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. CLIN 1001 Option Year The contractor shall provide preventative maintenance, repair, and unlimited technical phone support on the QAIGEN instrumentation listed in the PWS. CLIN 1002 Accounting for Contract Services. Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the Performance Work Statement, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be submitted and identified by the subject CLIN number. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. CLIN 2001 Option Year 2 The contractor shall provide preventative maintenance, repair, and unlimited technical phone support on the QAIGEN instrumentation listed in the PWS. CLIN 2002 Accounting for Contract Services. Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the Performance Work Statement, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be submitted and identified by the subject CLIN number. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. The following provisions and clauses are incorporated by either full-text or by reference (as applicable): 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contractor will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3 Offerors Representations and Certifications Commercial Items Alternate I The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. 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 (DEVIATION APR 2015). 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-1 Small Business Program Representation Alt 1 52.219-6 Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013). 52.222-3, Convict Labor (June 2003). 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Certain Services Requirements (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchase 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran - Representations and Certifications 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). 52.232-39 Unenforceability of Unauthorized Payments. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Govt Buildings, Equipment, & Vegetation 52.243-1 Changes - Fixed-Price 52.247-34 F.o.b -- Destination 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at: https://farsite.hill.af.mil 52.252-5 Authorized Deviations in Provisions The following additional DFAR clauses cited in the clause are applicable: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. AMC-LEVEL PROTEST (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 33.103. 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. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. SUBMISSION PROCEDURES: ALL QUESTIONS MUST BE SUBMITTED no later than 1400 EST, 20 May 2015. ALL Firm Fixed Price Proposals (FFP) must be signed, dated, and received by 1400 EST, 27 May 2015 via email to SSG Surla, Justino R., at the following email: justino.r.surla.mil@mail.mil. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Service desk http://www.fsd.gov. For questions concerning this solicitation contact SSG Surla, Justino R. via email at justino.r.surla.mil@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3a302ed3442e6eaab618c13d78ed4e46)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03730138-W 20150515/150513235307-3a302ed3442e6eaab618c13d78ed4e46 (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 |