Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

99 -- DECAL INSTALL - Attachment

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG-TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56ZTN-15-T-0021
 
Archive Date
10/9/2015
 
Point of Contact
Amy Bowen, Phone: 4438614744
 
E-Mail Address
amy.m.bowen.civ@mail.mil
(amy.m.bowen.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement The combined synopsis/ solicitation number is W56ZTN-15-T-0021. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 The Government contemplates award of a Blanket Purchase Order (BPA) to order predetermined design and the installation and/or removal of emergency vehicular graphic decals, needed to sustain the basic operation of the United States Army, Aberdeen Proving Ground Department of the Directorate of Emergency Services (DES), in accordance with the Performance Work Statement (See Attachment). This solicitation is set aside for small business. The Associated North America Industry Classification Code (NAICS) is 238990 and the Business Size Standard is 15 MIL. This acquisition is in accordance with FAR Part 13 Commercial Items. This requirement is not being procured in accordance with FAR Part 8 and only Open Market, NOT General Service Administration (GSA) quotations are being accepted from responsible contractors. Aberdeen Proving Ground DES has a requirement for services necessary to mark delivered General Services Administration (GSA) vehicles with the proper police and security decal. The requirement decal shall be the Brand Name Grafix Shoppe reflective marking kit sku ULT-2140 in accordance with the attached requirements specified, see the Attachment. Vehicles provided by GSA do not arrive as marked emergency vehicles and DES has no control over the schedule delivery for acceptance of fleet inventory. Once received and accepted, DES is responsible for the acquisition of graphics, installation and removal of old decals to for the designation as emergency vehicle that are necessary for the safety of the officers. When the Government submits an order for service the contractor shall purchase and use graphic ULT-2140 already in use on the fleet. Graphic Shoppe ULT-2140 can be modified by Grafix Shoppe to fit vehicle make, model, and emergency designation of various vehicle that may be provided by GSA. The contractor shall provide all supervision, labor, materials, equipment, tools, transportation, disposal, quality control, inspections, licenses, permits and other items necessary. All work is to be done in conformance of the Performance Work Statement (See attachment). Acceptance and inspection shall be at DESTINATION. Final completion/destination shall be at various Aberdeen Proving Ground Locations on Aberdeen Proving Ground, MD 21005. BPA: Period Performance 29 September 2015 to 28 September 2016. CLIN 0001: Purchase of Brand Name Grafix Shoppe reflective marking kit SKU: ULT-2140 Price: $_______per year CLIN 0002: Removal of old decals Price: $_________per removal & $_______per year CLIN 0003: Installation of police decals. Price: $_________per install & $_______ per year CLIN 0004: Installation of security decals. Price: $_________per install & $_______per year CLIN 0005: 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 statement of the work, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of the contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter "No Cost". Instruction, 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. Option Year One BPA: Period Performance 29 September 2016 to 28 September 2017. CLIN 1001: Purchase of Brand Name Grafix Shoppe reflective marking kit SKU: ULT-2140 Price: $_______per year CLIN 1002: Removal of old decals Price: $_________per removal & $_______per year CLIN 1003: Installation of police decals. Price: $_________per install & $_______ per year CLIN 1004: Installation of security decals. Price: $_________per install & $_______per year CLIN 1005: 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 statement of the work, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of the contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter "No Cost". Instruction, 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. Option Year Two BPA: Period Performance 29 September 2017 to 28 September 2018. CLIN 2001: Purchase of Brand Name Grafix Shoppe reflective marking kit SKU: ULT-2140 Price: $_______per year CLIN 2002: Removal of old decals Price: $_________per removal & $_______per year CLIN 2003: Installation of police decals. Price: $_________per install & $_______ per year CLIN 2004: Installation of security decals. Price: $_________per install & $_______per year CLIN 2005: 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 statement of the work, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of the contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter "No Cost". Instruction, 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 will be incorporated by reference: 52.203-3 Gratuities 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct 52.204-7, System for Award Management 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.211-6, Brand Name or Equal 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors, which are the technical requirements in accordance with attached W56ZTN-15-Q-0021 Performance Work Statement. 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 quotation. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable: a. Award will be made on the basis of the lowest evaluated price quotation technically meeting or exceeding the acceptability standards of the required service in accordance with the attached this solicitation, W56ZTN-15-Q-0021 Performance Work Statement. The Government reserves the right to make an award without discussions. Government reserves the right to award on all or none basis. b. Past performance will also be evaluated, the offeror shall have provided design, removal and installation of emergency vehicular graphic decals over the past 3 years. Offeror must demonstrate that they have experience, in providing similar like services within the last 3 years. 52.212-3, An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquistion.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision at https://www.sam.gov 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 2013-O0019) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-3, Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-17, Nondisplacement of Qualified Workers 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.222-54, Employment Eligibility Verification (Jul 2012 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. 52.222-50, Combating Trafficking in Persons 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contract Labor Standards 52.223-11 Ozone Depleting Substances 52.223-3 Hazardous Material Identification and Material Safety Data 52.223-5 Pollution Prevention and Right to Know Information 52.225-2 Buy American Act - Supplies 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.239-1, Privacy or Security Safeguards 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.246-2 Inspection of Supplies-Fixed Price 52.247-34 FOB 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 this/these address(es): http://farsite.hill.af.mil 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.204-7004 Alt A System for Award Management Alternate A 252.225-7001 Buy America and Balance of Payment Program 252.223-7001 Hazard Warning Labels 252.223-7006 Prohibition on Storage and Disposal Of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7007 Limitation of Government's Obligation 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea 252-211-7003 Item Identification and Valuation EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. 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. HQ Army Materiel 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, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp Quotations must be dated and received by US Army Contracting Command, Aberdeen Proving Ground, Tenant Division 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD, 21005-1846, Attention Ms. Amy Bowen via email amy.m.bowen.civ@mail.mil no later than September 24, 2015 @10:00 AM Eastern Time (ET). All quotations from responsible sources will be fully 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 Request for Quotation contact Ms. Amy Bowen via email amy.m.bowen.civ@mail.mil. Please provide any questions no later than September 22, 2015 @ 10:00 AM eastern time (ET). NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/00eaf6faa1645c4aa0641095f940ab89)
 
Place of Performance
Address: Various Locations, Aberdeen, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN03881270-W 20150912/150911001136-00eaf6faa1645c4aa0641095f940ab89 (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.