Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2016 FBO #5283
SOLICITATION NOTICE

J -- Canberra Alpha/beta Counter, Dual Alpha Spectrometer PM & Repair Service Contract - PWS - Quote Registry

Notice Date
5/9/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-16-T-0034
 
Archive Date
6/24/2016
 
Point of Contact
Rex M. Valdez,
 
E-Mail Address
rex.m.valdez2.civ@mail.mil
(rex.m.valdez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Quote Registry must be signed Performance Work Statement Preventive Maintenance and Repair Service Contract for Canberra Industries Alpha Beta Counter and associated instrumentations Synopsis: This is a combined synopsis/solicitation for a 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) 2005-87. The solicitation number for this requirement is W91ZLK-16-T-0034. This requirement is being solicited Full and Open Competition. The associated North American Industry Classification System (NAICS) Code is 811219 (Laboratory instrument repair and maintenance services). The Government contemplates an award of a Firm-Fixed Price (FFP)contract and will be based on the Lowest Priced Technically Acceptable (LPTA) offer. Description of Requirement: The intent of this requirement is to acquire Preventive Maintenance and Repair Services contract for the Canberra Industries Alpha Beta Counter and associated instrumentations located at the U.S. Army base at Aberdeen Proving Ground, Maryland for a period of One base year and Two Option Years. For more specific information regarding this requirement, please refer to Performance Work Statement (PWS) and related attachments. INSTRUCTIONS to OFFERORS: Technical Evaluation Criteria Offerors shall be evaluated for technical acceptability based on the following deliverables: 1.Contractor must be trained and or certified by Canberra Industries to conduct repair and maintain all equipment and software listed on this requirement.(submit certificate or proof of training). 2.Contractor must be able to acquire Original Equipment Manufacturer (OEM) parts for all supported equipment and software listed on this requirement. 3.Contractor must able to provide service response for on-site repair requests within 3 Business Days (72 Hour) of receiving notice and provide a Field Service Report to the customer NLT 7 business days after all services performed under this contract. 4.Contractor must have an active registration with System for Award Management (SAM) and must be represented by NAICS Code 811219 (Laboratory instrument repair and maintenance services). In addition, contractor must not have an Active Exclusion Records and must not be debarred from receiving Government contract. Additional Informations: • The quote registry attached shall be used for price quotations. Please sign, date, include company name and POC. Please complete. Partial quotes will not be evaluated. • All quotations must be signed, dated, and submitted via email to rex.m.valdez2.civ@mail.mil by 09 June 2016 at 4:00 p.m. Eastern Time. • Attachments included: Performance Work Statement, and Quote Registry. • Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online at the website link provided. • For questions concerning this solicitation, contact Rex M. Valdez, Contract Specialist, via email at rex.m.valdez2.civ@mail.mil. All questions must be received by 01 June 2016 at 4:00 p.m. Eastern Time. • The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. The following Provisions and Clauses will be incorporated by: I- REFERENCE: FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2015 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Rep NOV 2015 FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.233-1 Disputes. FAR 52.242-15 Stop-Work Order AUG 1989 FAR 52.244-6 Subcontracts for Commercial Items DEC 2015 FAR 52.247-34 F.O.B. Destination DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. 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 JUN 2013 II- CLAUSES BY FULL TEXT. FAR 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998) FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. ALT 1 FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (MAY 2015). FAR 52.217-8 Option to Extend Services. FAR 52.217-9 Option to Extend the Term of the Contract. FAR 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014) - ALTERNATE I (SEPT 2015) FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013) FAR 52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEBRUARY 2001) FAR 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) FAR 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.243-1 Changes - Fixed-Price. FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) DFARS 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) DFARS 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2015) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information. DFARS 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) DFARS 252.232-7001 DISPOSITION OF PAYMENTS (DEC 1991) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) III- LOCAL CLAUSES BY FULL TEXT: EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 SECURITY AREA BADGE REQUIREMENTS (Oct 2012) ACC-APG 5152.204-4900 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT - ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (June 2013) ACC-APG 5152.237-4900 IDENTIFICATION OF CONTRACTOR EMPLOYEES (Oct 2012) ACC-APG 5152.237-4901
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5291d88285b9890dd165c4c122053d20)
 
Place of Performance
Address: US Army Public Health Command, Aberdeen Proving Ground, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04110544-W 20160511/160509234758-5291d88285b9890dd165c4c122053d20 (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.