Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOLICITATION NOTICE

J -- Pickering Pinnacle PCX HPLC instruments Preventive Maintenance and Repair Service - Performance Work Statement - FAR 52.212-3

Notice Date
5/24/2017
 
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-17-T-0095
 
Archive Date
6/24/2017
 
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
Total Small Business
 
Description
FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ‐ COMMERCIAL ITEMS Performance Work Statement COMBINED SYNOPSIS/SOLICITATION W91ZLK-17-T-0095 Preventative Maintenance & Repair Services of Pickering Pinnacle PCX HPLC 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) FAC 2005-95 (Effective: 19 Jan 2017). The solicitation number for this requirement is W91ZLK-17-T-0095. This requirement is being solicited as a Total Small Businesses Set Aside. 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 in accordance with FAR 13 Simplified Acquisition Procedures and will be evaluated based on the Lowest Priced Technically Acceptable (LPTA) offer. INSTRUCTIONS AND INFORMATION TO OFFERORS: Description of Requirement: The objective of this contract is to acquire Preventive Maintenance & Repair Service to three Pickering Laboratory Pinnacle PCX HPLC instruments at the US Army Edgewood Chemical & Biological Center, Aberdeen Proving Ground, MD. Anticipated period of performance is a base and 2 option years. For more specific information regarding this requirement, please refer to the Performance Work Statement (PWS) attached. Proposals shall be submitted in two (2) separate volumes: Volume I: PRICE Proposal Volume II: TECHNICAL Proposal ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-17-T-0095 PROPOSAL FROM (INSERT COMPANY NAME) Proposal Format: Volume I: Detailed Price Proposal Price proposal shall include the cost of: (Quantity: 3 Pinnacle PCX HPLC) Full Service Preventive Maintenance and Repair Service for Pickering Laboratory Pinnacle PCX HPLC including calibration/verification, unlimited technical/analytical phone support, - Software upgrades (as needed), installation of all required mechanical upgrades (as needed) and all freight charges to ship and return instrumentation. Repairs shall be done during normal business hours (Monday to Friday), including Labor, Parts, travel fees, per diem, accomodation, meals, and other expenses. Partial quotes will not be evaluated. Volume II: Technical Proposal will be evaluated based on the following factors. 1. Service technician shall be trained and certified by Pickering Laboratories. Proof of this training and certification must be provided to the government prior to contract award.Contractor must be able to acquire Original Equipment Manufacturer (OEM) parts for all supported equipment. 2. Service Technician must also demonstrate at least 2 years of experience with the specified make and model or similar equipment. Submit resume. NOTE: Contractor must achieve technically acceptable rating on all technical factors to be considered technically acceptable. ADDITIONAL INFORMATION • All quotations must be signed, dated, and submitted via email to rex.m.valdez2.civ@mail.mil by 9 June 2017 at 4:00 p.m. Eastern Time. • All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. • Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. • 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 7 June 2017 at 4:00 p.m. Eastern Time. All questions will be answered via an amendment to the solicitation on FBO. NO TELEPHONE INQUIRES WILL BE HONORED. • The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. • Attachments included: Performance Work Statement, and FAR 52.212-3 Offeror representation and certification. EVALUATION & BASIS FOR AWARD Basis for Award: The Government intends to award one Firm-Fixed Price contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, Contractor must achieve technically acceptable rating on all technical factors to be considered technically acceptable. Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following: a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or b. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price or unattainable in terms of technical or schedule commitments: or c. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. 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 the following address: http://farsite.hill.af.mil The following clauses and provisions are incorporated by 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 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 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 (Deviation 2013-O0019) FAR 52.217-5, Evaluation of Options FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-17 Nondisplacement of Qualified Workers FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-43, Fair Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes. FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes- Fixed Price, Alternate I 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 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252-211-7003, Item Identification and Valuation DFARS 252-215-7007, Notice of Intent to Re-solicit DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252.239-7002, Access DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items JUN 2013 DFARS 252.247-7023, Transportation of Supplies by Sea AMC-LEVEL PROTEST PROGRAM (AUG 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting 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 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e3ec9fe395000ec02588c78fe4660c8a)
 
Place of Performance
Address: Aberdeen Proving Ground, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04520352-W 20170526/170524234957-e3ec9fe395000ec02588c78fe4660c8a (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.