SOLICITATION NOTICE
66 -- Blowing Sand & Dust Chambers - RFP Attachments
- Notice Date
- 7/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK17R0074
- Point of Contact
- Patsy Beraha, Phone: 407-384-5207, Brian D Serra, Phone: 407-208-3357
- E-Mail Address
-
Patsy.Beraha.civ@mail.mil, brian.d.serra.civ@mail.mil
(Patsy.Beraha.civ@mail.mil, brian.d.serra.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation - W900KK-17-R-0074 - BSDC Attachment 4 - BSDC - Contract Data Requirements Lists Attachment 3 - BSDC - Specification - YTC Attachment 2 - BSDC - Specification - ATC Attachment 1 - BSDC - Statement of Work Combined Synopsis/Solicitation for Blowing Sand & Dust Chambers 1) W900KK-17-R-0074 is issued as a Request for Proposal (RFP). A full copy of this RFP is attached in PDF form. 2) 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 procedures authorized within FAR Subpart 13.5 will be utilized within this solicitation. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. 4) This acquisition is set-aside 100% for small business under NAICS code 334519, Other Measuring and Controlling Device Manufacturing, with a size standard of 500 employees. 5) Contract Line Item Numbers (CLINS): 0001 - Site Survey, Aberdeen Test Center (ATC) - Firm Fixed Price (FFP) 0002 - Site Survey, Yuma Test Center (YTC) - FFP 0003 - Blowing Sand & Dust Chamber, ATC - FFP 0004 - Blowing Sand & Dust Chamber, YTC - FFP (OPTION) 0005 - CDRLs - Not Separately Priced 6) Description and requirements are outlined in the attached Statement of Work and Performance Specifications (ATC and YTC). 7) Delivery of the Blowing Sand & Dust Chamber shall be due 12 months from the date of contract award or from the date of option exercise, as applicable. Acceptance will be FOB Destination. 8) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. In addition to the instruction in this clause, Offeror's must submit the following proposal content: Statement of Compliance: The offer shall include a statement indicating complete compliance with the solicitation, or detailed analysis of any objections, exceptions, contingencies, or additions. Any objection, exception, contingency, or addition shall be cross-referenced to the applicable solicitation paragraph(s). Technical: In accordance with 52.212-1(b)(4), the Offeror shall provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. In addition, the Offeror shall provide a Technical Compliance Matrix which cross references the offeror's proposed solution with the applicable SOW paragraphs and Performance Specifications (PS). The Offeror is not required to detail how they plan to meet all requirements within the SOW and PS, but is required to meet them. Past Performance: In accordance with 52.212-1(b)(10), the Offeror shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information) where the Offeror has previously provided the same or similar BSDCs. This section shall contain; model number, quantity sold, delivery schedule of previous contracts, and other relevant information related to delivery. Price: Offeror's shall provide completed pricing for CLINS 0001 and 0005. Page Count: Proposals shall not exceed 20 total pages. Cover page, Technical Compliance Matrix, standard commercial product literature, completed provisions and clauses, and any associated acronym lists will NOT count towards the 20 page limit. 9) The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition as modified below: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. IAW, FAR 13.103(a)(2) and 13.5, this solicitation is not required to state the relative importance assigned to each evaluation factor. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 10) Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. 11) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 12) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Deviation 2013-o0019) (Jan 2017), applies to this acquisition - including the following additional FAR clauses cited in the clause are applicable. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications, please indicate in your response: FAR 52.203-3, Gratuities FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011) FAR 52.219-14, Limitations on Subcontracting (Jan 2017) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-1, Buy American--Supplies (May 2014) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-30, Installment Payments for Commercial Items (Jan 2017) FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 13) The following Defense Federal Acquisition Regulation Supplement (DFARS) solicitation provisions and clauses apply to this effort. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications, please indicate in your response: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.227-7015, Technical Data - Commercial Items DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data 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 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.246-7008, Sources of Electronic Parts 14) The Defense Priorities and Allocations System (DPAS) does not apply to this effort. 15) Responses to this solicitation shall be submitted electronically to the contacts listed in Paragraph 16 below by 12:00 PM EST, 11 August 2017. Questions regarding this solicitation shall be submitted by e-mail with the solicitation number in the subject line. The Government reserves the right to request additional information after receipt of Offeror's response to the RFP. The proposal shall be valid for not less than 30 calendar days from the proposal due date. 16) Contacts: Primary - Patsy Beraha, 407-384-5207, patsy.beraha.civ@mail.mil; Seconday - Brian Serra, 407-208-3357, brian.d.serra.civ@mail.mil 17) Attachments: Attachment 1 - BSDC Statement of Work Attachment 2 - BSDC Performance Specification - ATC Attachment 3 - BSDC Performance Specification - YTC Attachment 4 - BSDC Contract Data Requirements List
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/93060ef84ef4704c24036326251480e4)
- Place of Performance
- Address: United States
- Record
- SN04570835-W 20170709/170707234950-93060ef84ef4704c24036326251480e4 (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 |