Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
SOLICITATION NOTICE

52 -- Upgrade the Applanix GPS and Inertial Measurement Unit - Statement of Work

Notice Date
4/5/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-16-T-0016
 
Archive Date
5/5/2016
 
Point of Contact
Carol Jayroe, Phone: 9102514110
 
E-Mail Address
Carol.B.Jayroe@usace.army.mil
(Carol.B.Jayroe@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work - 05 April 2016 This notice is being posted as an avenue to provide Request for Quotes, W912PM-16-T-0016. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. 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 in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This will be a 100% total small business set-aside procurement. The solicitation number is W912PM-16-T-0016, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 811219 with a small business size standard of $20,500,000.00 average annual receipts. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-87. Description of Requirement: The Wilmington District of the U.S. Army Corps of Engineers requests the parts, labor and services in order to upgrade the Applanix RTK POS MV, Version 4 (s/n: 3136) and the inertial measurement unit (s/n: 775). The upgrade should include all items listed under the Description of Work paragraph included in the Statement of Work. All work shall be performed in the contractor's facility. The Contractor shall be responsible for all shipping costs necessary to deliver the equipment after all repairs and upgrades are completed. Delivery: Upon completion of the required work, the Contractor shall ship the unit to the following location: U.S. Army Corps of Engineers, Wilmington District ATTN: Rob Potter. 113 Arendell St. Morehead City, NC 28557 The U.S. Corps of Engineers shall receive the unit NLT 31 May 2016. To view the attached documentation for this requirement: - Scroll toward the bottom of this solicitation. - Click the "Additional documentation" link below the Additional Information Heading. - Open ALL the attached PDF documents. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.204-1, Approval of Contract 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 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 52.212-1, Instructions to Offerors--Commercial Items 52.212-3, Alternate I, 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 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combatting Trafficking in Persons 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-6, Drug-Free Workplace 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-17, Interest 52.232-23, Assignment of Claims 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-38, Submission of Electronic Funds Transfer Information with Offer 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-16, Responsibility for Supplies 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System For Award Management, Alternate A 252.204-7006, Billing Instructions 252.204-7007, Alternate A, Annual Representations and Certifications. 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure Information to Litigation Support Contractors 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 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 252.225-7036 Alternate I, Buy American--Free Trade Agreements--Balance of Payments Program 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments, 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea 52.000-4028 INFORMATION TO ALL CONTRACTORS System for Award Management (SAM) and Electronic Funds Transfer (EFT) (Wilmington Local Instruction Feb 2013) 1. All contractors must register in the System for Award Management (SAM) database before they can be awarded a contract. You may register at http://www.sam.gov. SAM information or help is also available by calling 866-606-8220. 2. Public Law 104-134 requires the use of Electronic Funds Transfer (EFT) for all Federal payments. EFT information will be pulled from your SAM by the USACE FINANCE CENTER, 5720 INTEGRITY DRIVE, MILLINGTON, TN 38054-5005 for contractor payments. (End of Local Instruction) 52.0201-4001 UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL The Contractor shall not accept any instructions issued by any person, employed by the Government or otherwise, other than the Contracting Officer or the Contracting Officer's Representative (COR) acting within the limits of the COR's Authority. See the Contracting Officer's Representative clause of this contract. (End of Instruction) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) 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 http://www.acquisition.gov/far (End of Provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/far (End of clause) PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted via email to Carol.B.Jayroe@usace.army.mil. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NOT LATER THAN 2:00 PM, EDT, 20 APRIL 2016. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on U.S. Mail, courier service, or hand-delivered to the attention of the Contract Specialist, Carol Jayroe, Carol.B.Jayroe@usace.army.mil. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. This announcement and written Request for Quote constitutes the only Request for Quote that will be made for this requirement. Electronic Quotes are now being accepted via email to Carol.B.Jayroe@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ce612968808f99798483eef4590980d2)
 
Record
SN04073187-W 20160407/160405234639-ce612968808f99798483eef4590980d2 (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.