Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2017 FBO #5773
SOLICITATION NOTICE

66 -- Purchase of 1 Sonoscan, Inc. Gen6™ C-Mode Scanning Acoustic Microscope (C-SAM) - FAR 52.209-11 - Quality Assurance Surveillance Plan - Performance Work Statement

Notice Date
9/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-17-R-0146
 
Archive Date
10/6/2017
 
Point of Contact
Irsha A. Maske, Phone: 2568421826
 
E-Mail Address
irsha.a.maske.civ@mail.mil
(irsha.a.maske.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS QASP FAE 52.209-11 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W31P4Q-17-R-0146 is being issued as a request for quote; however, the US Army Aviation and Missile Command intends to issue a sole source firm fixed price purchase order to Sonoscan, Inc., 2149 E. Pratt Boulevard, Elk Grove Village, Illinois 60007-5914. Authority cited: Statutory Authority permitting other than Full and Open Competition for this requirement is 10 U.S.C. 2304(C) (1), as implemented by paragraphs 6.302-1 of the Federal Acquisition Regulation (FAR) entitled - Only one responsible source and no other supplies or services will satisfy agency requirements. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is for the acquisition and support of a C-mode Scanning Acoustic Microscope (C-SAM) to be used in support of analysis of microelectronic circuit devices. The anticipated period of performance for the base year is from date of award through 3 months for delivery of the integrated system and a standard 12 month warranty that will include warranty support covering the system after installation and acceptance. If the Government chooses to exercise the option years, they will be for 12 months each. See attached Performance Work Statement (PWS) for technical/performance requirements. The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: - CLIN 0001 - Base Year - This CLIN will be issued for the Sonoscan, Inc. Gen6 Digital C-mode Scanning Acoustic Microscope (C-SAM). - CLIN 0002 - Option Year 1 - This CLIN will be included in the purchase order for an option that may or may not be exercised for service, warranty, and support for one year. - CLIN 0003 - Option Year 2- This CLIN will be included in the purchase order for an option that may or may not be exercised for service, warranty, and support for one year. - CLIN 0004 - Option Year 3 - This CLIN will be included in the purchase order for an option that may or may not be exercised for service, warranty, and support for one year. - CLIN 0005 - Option Year 4 - This CLIN will be included in the purchase order for an option that may or may not be exercised for service, warranty, and support for one year. - CLIN 0006 - Contractor Manpower Reporting (CMR) - See the attached Performance Work Statement (PWS) for the CMR requirements. The place of delivery, acceptance and FOB point is: US Army Research, Development and Engineering Command Building 7804 Patton Road Redstone Arsenal, AL 35898 All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. All quotes shall include delivery dates expressed in days or weeks from award date. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The following FAR provisions/clauses are applicable to this requirement: •52.204-7 - System for Award Management •52.204-16- Commercial and Government Entity Code Reporting (Jul 2016) •52.204-17- Ownership of Control of Offeror (Jul 2016) •52.204-18- Commercial and Government Entity Code Maintenance (Jul 2016) •52.209-11- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law •52.212-1 - Instructions to Offerors - Commercial Items •52.212-3 - Offeror Representations and Certifications - Commercial Items •52.212-4 - Contract Terms and Conditions - Commercial Items •52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items o 52.203-3 - Gratuities (Apr 1984) o 52.203-6 - Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alternate I(Oct 1995) o 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards o 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment o 52.209-10-Prohibition on Contracting with Inverted Domestic Corporations (N0v 2015) o 52.219-8- Utilization of Small Business Concerns (Nov 2016) o 52.219-28 - Post Award Small Business Program Representation o 52.222-3 - Convict Labor o 52.222-17-Nondisplacement of Qualified Workers (May 2014) o 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Oct 2016) o 52.222-21 - Prohibition of Segregated Facilities o 52.222-26 - Equal Opportunity o 52.222-35-Equal Opportunity for Veterans (Oct 2015) o 52.222-36-Equal Opportunity for Workers with Disabilities (Jul 2014) o 52.222-37-Employment Reports in Veterans (Feb 2016) o 52.222-40-Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) o 52.222-41-Service Contract Labor Standards (May 2014) o 52.222-42- Statement of Equivalent Rates for Federal Hires (May 2014) o 52.222-43-Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) o 52.222-48-Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance Calibration, or Repair of Certain Equipment-Certification (May 2014) o 52.222-50-Combating Trafficking in Persons (Mar 2015) o 52.222-54-Employment Eligibility Verification (Oct 2015) o 52.222-55-Minimum Wages Under executive Order 13706 (Jan 2017) o 52.222-62-Paid Sick Leave Under Executive Order 13706 (Jan 2017) o 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving o 52.225-13 - Restrictions on Certain Foreign Purchases o 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management o 52.233-3- Protest After Award (Aug 1996) o 52.233-4- Applicable Law for Breach of Contract Claim (Oct 2004) o 52.239-1-Privacy or Security Safeguards (Aug 1996) •52.217-9-Option to Extend the Term of the Contract (Mar 2000) •52.232-40 - Providing Accelerated Payments to Small Business Subcontractors •52.242-15 - Stop-Work Order •52.246-2 - Inspection of Supplies-Fixed Price •52.246-4-Inspection of Services-Fixed Price •52.246-16-Responsibility for Supplies •52.247-34 -F.O.B. Destination •52.252-2-Section Clauses Incorporated by Reference (Feb 1998), where*denotes contract section The following DFARS clauses are applicable to this requirement: •252.203-7000 - Requirements Relating to Compensation of Former DoD Officials •252.203-7005-Representation Relating to Compensation of Former DoD Officials (Nov 2011) •252.204-7008-Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) •252.204-7011 Alternative Line Item Structure (Sep 2011) •252.204-7012 - Safeguarding of Covered Defense Information and Cyber Incident Reporting (Oct 2016) •252.204-7015-Notice of Authorized Disclosure of Information for Litigation Support (May 2016) •252.211-7003 - Item Unique Identification and Valuation (Mar 2016) •252.222.7007 -Representation Regarding Combating Trafficking in Persons (Jan 2015) •252.223-7008-Prohibition of Hexavalent Chromium (Jun2013) •252.225-7001-Buy American and Balance of Payments Program (DEC 2016) •252.225.7012-Preference for Certain Domestic Commodities (Dec 2016) •252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports •252.232-7006 - Wide Area Workflow Payment Instructions •252.232-7010-Levies on Contract Payments (DEC2006) •252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel •252.243-7002-Requests for Equitable Adjustment (Dec 2012) •252.244-7000-Subcontracts for Commercial Items (Jun 2013) •252.246-7008 - Sources of Electronics Parts (Oct 2016) •252.247-7023- Transportation of Supplies by Sea Other clauses may be included in the award if applicable. As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award. Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. Offerers must fill-in the attached provision, DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, and submit with their quote. Quotes are due no later than 4:00 pm (CST), 21 September 2017 in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Irsha Maske at Irsha.a.maske.civ@mail.mil and marked to the attention of Irsha Maske. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: ACC-RSA, CCAM-RDB ATTN: Irsha Maske (256-842-1826) Building 5400, Room B132 Redstone Arsenal, AL 35898-5250 Oral communications are not acceptable in response to this notice. NO FOREIGN PARTICIPATION IS ALLOWED. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable. All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and DUNS number. Quotes/offers received after the specified due date and time will not be considered for award. For further information or questions regarding this solicitation, contact Irsha Maske via email at Irsha.a.maske.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df31b0b12e015035f9685d333385d9e8)
 
Place of Performance
Address: US Army AMRDEC, Building 7804 Patton Road, Redstone, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04670449-W 20170913/170911231645-df31b0b12e015035f9685d333385d9e8 (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.