Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOLICITATION NOTICE

J -- MYData Equipment Update and on-site Service and Maintenance - Provisions and Clauses Full-Text Attachment

Notice Date
1/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333242 — Semiconductor Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-17-T-0059
 
Archive Date
2/2/2017
 
Point of Contact
Adrian Barber, Phone: 3013941503
 
E-Mail Address
adrian.t.barber.civ@mail.mil
(adrian.t.barber.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses Full-Text Attachment APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Mycronic, Inc, 320 Newburyport Tpke, Rowley, MA, 01969-2002. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-17-T-0059. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. (iv) The associated NAICS code is 333242. The small business size standard is 1,500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - One (1) JOB - MYCenter, MYCam and MYCare upgrades and upgrade kits and replacement parts to include the following part numbers: Q#P35702323R0, P-650-3001 (MYCeneter 3 MH Upgrade from MYLabel 4.x), L-030-0120F(JPSYS 1.9 Upgrade Kit [MY500]), L-030-0122F (JP Offline 1.9 Upgrade Kit [MY500]), D-03239 (TPSys® 3.2 Software Upgrade for MY Series [MY9e]), 03644 (AT-CPU2 PF4 with CP5), 04154 (LVS3 Illumination upgrade - one camera), CLIN 0002 - One (1) JOB - Q#P37338323R0, K-995-0074 (MYCam TM - CircuitCAM with One CAD Interface), CLIN 0003 One (1) JOB - Q#P37308323R0, X-003-0205 (MYCare 1 - Maintenance Agreement -MY500), P-600-4100 (MYCare 3 - Service Contract - MY9), L-042-0234 (Preventive Maintenance for HYDRA 2D) CLIN 0004 - One (1) JOB - Q#0000364223, L-014-1561B (Magazine, Agilis, LM8), Incidental replacement parts CLIN 0005 - One (1) JOB - Field Service Engineer for 5 days (8 hour days), Travel time to/from, per diem daily rate, air fare. Note: the approved General Services Administration (GSA) lodging rates for the APG, MD area is a maximum of $104 per night. The approved maximum per diem Meals & Incidental Expenses (M&IE) is $59. The first and last calendar dates of M&IE are 75% for a maximum total of $44.25. Therefore, the maximum 5 day total for lodging and M&IE is $681.50. The estimated roundtrip air fare rate for five days from Boston to Baltimore should be less than $500. CLIN 0006 - One (1) JOB - Contractor Manpower Reporting - Cost for Providing Accounting for Contract Services - ACC-APG ADELPHI 5152.237-4900, Accounting for Contract Services Requirement, is included herein; the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract, in accordance with clause ACC-APG ADELPHI 5152.237-4900. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. MYData Equipment Update and on-site Service and Maintenance (vii) Delivery is required by 24 February 2017. Delivery and service shall be made/completed at the U.S. Army Research Laboratory (ARL), APG, MD 21005-5001. Acceptance shall be performed at the U.S. ARL, APG, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug, 2013), 52.219-28 Post Award Small Business Program Representation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), ), 52.222-36 Affirmative Action for Workers with Disabilities (July 2014), 52.222-36 Affirmative Action for Workers with Disabilities (July 2014), 52.222-50 Combating Trafficking in Persons (Mar 2015), 52.222-51 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT--REQUIREMENTS (MAY 2014) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-18 AVAILABILITY OF FUNDS 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-7000 Disclosure of Information (Aug 2013), 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (Aug 2015), 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Sep 2015), 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014), 252.211-7003 Item Identification and Valuation (Jun 2013) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252-225-7000 Buy American Statute-Balance Of Payments Program Certificate (JUN 2012), 252.225-7001 Buy American and Balance of Payments Program-Basic (Nov 2014), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) 252.239-7017 Notice of Supply Chain Risk 252.239-7018 Supply Chain Risk 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (xii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) 52.204-16 Commercial and Government Entity Code Reporting (July 2015), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998), 252.204-0009, Contract-Wide: by Fiscal Year (SEP 2009) 252.204-7003 Control of Government Personnel Work Product (APR 1982) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013), ACC-APG 5152.237-4900 ACCT FOR CONTRACT SERVICES APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT (APR 2011), APG-ADL-B.5152.204-4411 TECHNICAL POINT OF CONTACT (DEC 2002), APG-ADL-B.5152.206-4400, Intent to Solicit Only One Source (FEB 2015) APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999), APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999), APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999), APG-ADL-H.5152.211-4401ALT, Receiving Room Requirements - APG Alternate I (JAN 2003), APG-ADL-H.5152.228-4400 Required Insurance Coverage, APG-ADL-H.5152.237-4400 Supervision of Employees, APG-ADL-H.5152.237-4403 Work Hours, APG-ADL-H.5152.237-4404 Identification of Contractor Employees, APG-ADL-H.5152.237-4406 Government-Contractor Relationships, APG-ADL-H.5152.246-4401 Key Personnel, APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011), APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE, APG-ADL-I.5152.212-4401, DFARS COMMERCIAL ACQUISITION PROVISIONS OPERATIONAL SECURITY - Free Text Clause - Question 2 and Question 2b (xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xiv) The following notes apply to this announcement: None (xv) Offers are due on 18 January 2017, by 11:59 AM eastern standard time, at email address: adrian.t.barber.civ@mail.mil. (xvi) For information regarding this solicitation, please contact Adrian Barber, 301-394-1503, adrian.t.barber.civ@mail.mil. l.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fd9c8fcf1d57573a1b34a09a62e5b03c)
 
Place of Performance
Address: U.S. ARMY RESEARCH LABORATORY, ATTN: WML-F, Aberdeen Proving Ground, Maryland, 21005-5001, United States
Zip Code: 21005-5001
 
Record
SN04367381-W 20170112/170110233923-fd9c8fcf1d57573a1b34a09a62e5b03c (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  © 1994-2020, Loren Data Corp.