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 -- Master IDIQ - Electronics Instrumentation Calibration Services

Notice Date
1/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1001 761st Tank Battalion Ave, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W91151-17-R-0005
 
Response Due
1/27/2017
 
Archive Date
7/26/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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 included in this notice.The solicitation number is W91151-17-R-0005 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-01-27 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Bragg, NC 28310 The MICC Fort Hood requires the following items, Meet or Exceed, to the following: Base Period of Performance: 01/31/2017 - 01/30/2020 LI 001: EDR-3DM1 Calibration (Three Year Base Period) Each year (of this three year base period), the contractor will calibrate a minimum of ten (10) and a maximum of sixty (60) electronic data recorders model number EDR-3DM1. For each calibration, the contractor shall provide a certificate of calibration showing the calibration date and documenting the traceability to the NIST. See attached Performance Work Statement (PWS) for more detail., 180, EA; LI 002: EDR-3CM4 Calibration (Three Year Base Period) Each year (of this three year base period) the contractor will calibrate a minimum of zero (0) and a maximum of forty (40) electronic data recorders model number EDR-3CM4. For each calibration, the contractor shall provide a certificate of calibration showing the calibration date and documenting the traceability to the NIST. See attached Performance Work Statement (PWS) for more detail., 120, EA; LI 003: Snapshock Plus Calibration (Three Year Base Period) Each year (of this three year base period) the contractor will calibrate a minimum of fifteen (15) and a maximum of ninety (90) barometric altimeters (model number SSP-P1R1). For each calibration, the contractor shall provide a certificate of calibration showing the calibration date and documenting the traceability to the NIST. See attached Performance Work Statement (PWS) for more detail., 270, EA; LI 004: Contractor Manpower Reporting Three Year Base Period Each year (of this three year base period), Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. 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 ?Not a Direct Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. See attached Performance Work Statement (PWS) for more detail., 1, EA; Option 1 Period of Performance: 01/31/2020 - 01/30/2021 LI 001: EDR-3DM1 Calibration (1st Option Year) The contractor will calibrate a minimum of ten (10) and a maximum of sixty (60) electronic data recorders model number EDR-3DM1. For each calibration, the contractor shall provide a certificate of calibration showing the calibration date and documenting the traceability to the NIST. See attached Performance Work Statement (PWS) for more detail., 60, EA; LI 002: EDR-3CM4 Calibration (1st Option Year) The contractor will calibrate a minimum of zero (0) and a maximum of forty (40) electronic data recorders model number EDR-3CM4. For each calibration, the contractor shall provide a certificate of calibration showing the calibration date and documenting the traceability to the NIST. See attached Performance Work Statement (PWS) for more detail., 40, EA; LI 003: Snapshock Plus Calibration (1st Option Year) The contractor will calibrate a minimum of fifteen (15) and a maximum of ninety (90) barometric altimeters (model number SSP-P1R1). For each calibration, the contractor shall provide a certificate of calibration showing the calibration date and documenting the traceability to the NIST. See attached Performance Work Statement (PWS) for more detail., 90, EA; LI 004: Contractor Manpower Reporting First Option Period Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. 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 ?Not a Direct Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil See attached Performance Work Statement (PWS) for more detail., 1, EA; Option 2 Period of Performance: 01/31/2021 - 01/30/2022 LI 001: EDR-3DM1 Calibration (2nd Option Year) The contractor will calibrate a minimum of ten (10) and a maximum of sixty (60) electronic data recorders model number EDR-3DM1. For each calibration, the contractor shall provide a certificate of calibration showing the calibration date and documenting the traceability to the NIST. See attached Performance Work Statement (PWS) for more detail., 60, EA; LI 002: EDR-3CM4 Calibration (2nd Option Year) The contractor will calibrate a minimum of zero (0) and a maximum of forty (40) electronic data recorders model number EDR-3CM4. For each calibration, the contractor shall provide a certificate of calibration showing the calibration date and documenting the traceability to the NIST. See attached Performance Work Statement (PWS) for more detail., 40, EA; LI 003: Snapshock Plus Calibration (2nd Option Year) The contractor will calibrate a minimum of fifteen (15) and a maximum of ninety (90) barometric altimeters (model number SSP-P1R1). For each calibration, the contractor shall provide a certificate of calibration showing the calibration date and documenting the traceability to the NIST. See attached Performance Work Statement (PWS) for more detail., 90, EA; LI 004: Contractor Manpower Reporting Second Option Period Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. 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 ?Not a Direct Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil See attached Performance Work Statement (PWS) for more detail., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Refer to Performance Work Statement (PWS). To the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price alone. Also please fill out attached document entitled "CLIN DELIVERY TASK ORDER MINIMUM MAXIMUM QUANTITY AND CLIN ORDER VALUE. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. The applicable NAICS code for this procurement is 334519 with the related size standard of 500. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply ?shall render their quote as non-responsive.? Fedbid is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) 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 33.10. 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. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. Company must be registered on System for Award Management (SAM) prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply ?shall render their quote as non-responsive.? If company is not registered in SAM, they may do so by going to SAM web site at www.sam.gov. Proposed responders must submit any questions concerning this solicitation before (20 January 2017), (12:00 PM Eastern Time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 90 days, after submission. No partial bids will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/018c37457cc12217f6122f2d29a649b0)
 
Place of Performance
Address: Fort Bragg, NC 28310
Zip Code: 28310-5000
 
Record
SN04368272-W 20170112/170110234644-018c37457cc12217f6122f2d29a649b0 (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.