SOLICITATION NOTICE
J -- Annual Maintenance of the original Infrascan 300TDE system components and the fully configured InfraScan 400TDM system
- Notice Date
- 9/21/2015
- 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-15-T-0115
- Response Due
- 9/24/2015
- Archive Date
- 11/20/2015
- Point of Contact
- Miroslaw Chodaba, 256-876-2105
- E-Mail Address
-
ACC-RSA - (Missile)
(miroslaw.chodaba.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-15-T-0115 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 Checkpoint Technologies LLC, 66 Bonaventura Drive, San Jose, California 95134-2123. 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(a)(2) of the Federal Acquisition Regulation (FAR) entitled quote mark When the supplies or services required by the agency are available from only one responsible source, or, for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for quote mark. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This requirement, which was previously purchased under purchase order W31P4Q-14-P-0006 and W31P4Q-14-P-0264, is for approximately nine (9) additional months of maintenance and repair on the components of the original Checkpoint Technologies LLC Infrascan 300TDE system components, and an optional three (3) years of maintenance and repair on the fully configured Checkpoint Technologies LLC InfraScan 400TDM Scanning Optical Microscope (SOM), serial number 3543, presently installed in Building 7804 Patton, Redstone Arsenal, AL. Services shall include the regular preventative maintenance on the 300TDM/400TDM SOM system. There will be a base period and three option years. If the Government chooses to exercise the option years, they will be for 12 months each. The anticipated period of performance will be: - CLIN 0001 - Base Period - 18 September 2015 through 15 June 2016 - CLIN 0002 - Option Year 1 - 16 June 2016 through 15 June 2017 - CLIN 0003 - Option Year 2 - 16 June 2017 through 15 June 2018 - CLIN 0004 - Option Year 3 - 16 June 2018 through 15 June 2019 The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: - CLIN 0001 - Base Period - This CLIN will be issued for approximately nine months of maintenance for the base period. - CLIN 0002 - Option Year 1 - This CLIN will be issued for 12 months of maintenance for the 1st option year. - CLIN 0003 - Option Year 2 - This CLIN will be issued for 12 months of maintenance for the 2nd option year. - CLIN 0004 - Option Year 3 - This CLIN will be issued for 12 months of maintenance for the 3RD option year. - CLIN 0005 - Contractor Manpower Reporting (CMR) - See the attached Statement of Work (SOW) for the CMR requirements. The technical requirements for this action are contained in the attached SOW. The Quality Assurance Surveillance Plan is also attached. The place of delivery, acceptance and FOB point is: US Army RDECOM, WDID RDMR-WDS-W Building 7804, Patton Road 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: 52.203-3 - Gratuities 52.204-7 - System for Award Management 52.204-16 - Commercial and Government Entity Code Reporting 52.204-17 - Ownership of Control of Offeror 52.204-18 - Commercial and Government Entity Code Maintenance 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 o52.203-6 - Restrictions on Subcontractor Sales to the Government o52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards o52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment o52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations o52.219-8 - Utilization of Small Business Concerns o52.219-28 - Post Award Small Business Program Representation o52.222-3 - Convict Labor o52.222-19 - Child Labor-Cooperation with Authorities and Remedies o52.222-21 - Prohibition of Segregated Facilities o52.222-26 - Equal Opportunity o52.222-35 - Equal Opportunity for Veterans o52.222-36 - Equal Opportunity for Workers with Disabilities o52.222-37 - Employment Reports on Veterans o52.222-40 - Notification of Employee Rights Under the National Labor Relations Act o52.222-41 -- Service Contract Labor Standards o52.222-42 - Statement of Equivalent Rates for Federal Hires o52.222-43 -- Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) o52.222-50 - Combating Trafficking in Persons o52.222-54 - Employment Eligibility Verification o52.222-55 -- Minimum Wages Under Executive Order 13658 o52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving o52.225-13 - Restrictions on Certain Foreign Purchases o52.232-33 - Payment by Electronic Funds Transfer - System for Award Management o52.233-3 -- Protest After Award o52.233-4 - Applicable Law for Breach of Contract Claim 52.217-9 - Option to Extend the Term of the Contract 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.242-15 - Stop-Work Order 52.246-2 - Inspection of Supplies - Fixed Price 52.246-4 - Inspection of Services -- Fixed Price 52.246-16 - Responsibility for Supplies 52.247-34 - F.O.B. Destination The following DFARS provisions/clauses are applicable to this requirement: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.203-7998 (Dev 2015-O0010) - Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements--Representation (Deviation 2015-O0010) 252.204-7011 - Alternative Line Item Structure 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information 252.204-7015 - Disclosure of Information to Litigation Support Contractors 252.209-7992 (Dev 2015-O0005) - Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law--Fiscal Year 2015 Appropriations (Deviation 2015-O0005) 252.223-7008 - Prohibition of Hexavalent Chromium 252.225-7001 - Buy American and Balance of Payments Program 252.225-7012 - Preference for Certain Domestic Commodities 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 252.243-7002 - Requests for Equitable Adjustment 252.244-7000 - Subcontracts for Commercial Items 252.247-7023 - Transportation of Supplies by Sea 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. Invoicing and payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. Offerors must fill-in the attached provision, DFARS 252.209-7992 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations, and submit with their quote. Quotes are due no later than 3:00 pm (CST), 24 September 2015 in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Miroslaw Chodaba at miroslaw.chodaba.civ@mail.mil or via facsimile at 256-313-2392, marked to the attention of Miroslaw Chodaba. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: ACC-RSA, CCAM-RDB ATTN: Miroslaw Chodaba Building 5400, Room B132 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 Miroslaw Chodaba at miroslaw.chodaba.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/58f568d866861c7b3b0bbdf1c3726551)
- Place of Performance
- Address: ACC-RSA - (Missile) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03897120-W 20150923/150922000441-58f568d866861c7b3b0bbdf1c3726551 (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 |