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

36 -- Soil Measurement System Componets, Brand Name or Equal - Statement of Work/Componet Requirements

Notice Date
9/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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-0248
 
Archive Date
10/6/2017
 
Point of Contact
Sandra J. Kennedy, Phone: 4438614740
 
E-Mail Address
sandra.j.kennedy14.civ@mail.mil
(sandra.j.kennedy14.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, and supplemented with additional information included in this notice. The solicitation number is W91ZLK-17-T-00248, 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 (FAC) 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513. Offers must be registered in the System for Award Management at http://www.sam.gov (SAM), at the time of bid. The solicitation will start on Monday, September 11, 2017 and will end on Thursday, September 21, 2017 at 08:00 AM Eastern Time, or as otherwise posted at http://www.fbo.gov. (FedBizOpps.Gov). This requirement is for BRAND NAME or EQUAL, Soil Moisture Measurement System as shown in the Statement of Work. The Government contemplates award of a Firm-Fixed Price (FFP) Contract. All interested vendors must respond by September 21, 2017, 08:00 AM Eastern Time. The lowest price technically acceptable source selection process will be followed. Responses shall be submitted via e-mail to Sandra.j.kennedy14.civ@mail.mil. The e-mail subject line shall state: W91ZLK-17-T-0248. NO TELEPHONE REQUESTS WILL BE HONORED Bids are to be submitted in the following format: Components of a Soil Moisture Measurement System - BRAND NAME OR EQUAL CLIN 0001 Moisture Probes, DELTA T PR2/4, Profiler QTY: 14 EACH Firm Fixed Price: $__________each Extended Price: $ ____________ CLIN 0002 Access Tubes, DELTA T ATS1, Profiler Ace QTY: 20 EACH Firm Fixed Price: $ ____________each Extended Price: $ _____________ CLIN 0003 Installation Tools, DELTA T PR-AKC1 Comp QTY: 1 EACH Firm Fixed Price: $ __________each Extended Price: $_____________ CLIN 0004 Data Logger, CAMPBELL SCIENTIFIC CR1000 QTY: 2 EACH Firm Fixed Price: $__________each Extended Price: $ ____________ CLIN 0005 Radio System, CAMPBELL SCIENTIFIC, RFMX-M QTY: 3 EACH Firm Fixed Price: $__________each Extended Price: $____________ CLIN 0006 Cables, Interconnection QTY: 12 EACH Firm Fixed Price: $ __________each Extended Price: $ _______________ CLIN 0007 Labor: Technical set up and programming QTY: 4 EACH Firm Fixed Price: $___________each Extended Price: $ ______________ ADDITIONAL INFORMATION AND SUBMISSION PROCEDURES: 1) Acceptance shall be at destination. 2) Shipping shall be FOB Destination to Aberdeen Proving Ground, MD. 3) BRAND NAME OR EQUAL IS REQUIRED, Provide detailed information if "Equal" is proposed. 4) Provide the following detailed information with the quote: a. Point of contact name, e-mail address and phone number b. CAGE code c. DUNS number d. TIN 5) Quotes are to be submitted in the format stated within this solicitation, by the date noted with the detailed information as requested. 6) All Quotations must be signed, dated, and submitted in the format stated via email to sandra.j.kennedy14.civ@mail.mil by 21 September at 08:00 a.m. Eastern Time. Place the solicitation number within the subject line of the email. 7) Partial quotes will not be evaluated by the Government. 8) Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. 9) All quotations from responsible sources will be fully considered. 10) Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to bid submission will not be considered. Vendors may register with SAM online at the website link provided. 11) The solicitation number must be listed on the subject line of all communications. ****************TELEPHONE INQUIRIES WILL NOT BE HONORED************** The following clauses may be incorporated within the contract: 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items and Addendum 52.217-5 Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C.2402) 52.216-31 Time-and-Materials/Labor Hour Proposal Requirements-Commercial Item Acquisition 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2013) applies to this order. The following additional DFAR clauses cited in the clause are applicable: 252.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.225-7035 Buy American- Free Trade Agreements- Balance of Payments Program Certificate 252.225-7036 Buy American- Free Trade Agreements- Balance of Payments Program 252.227-7015 Technical Data- Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil 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/52dab10bd4ba1a5a794468c34f866d11)
 
Place of Performance
Address: Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04671817-W 20170913/170911232745-52dab10bd4ba1a5a794468c34f866d11 (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.