Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
SOLICITATION NOTICE

66 -- SMALL BUSINESS SET-ASIDE FOR BEHAVIORAL TESTING EQUIPMENT - Evaluation Criteria - Salient Characteristics

Notice Date
4/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-18-R-0037
 
Archive Date
5/9/2018
 
Point of Contact
Robert A Edwards, Phone: 3016198427
 
E-Mail Address
Robert.a.edwards147.civ@mail.mil
(Robert.a.edwards147.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Salient Characteristics Evaluation Criteria 1. Solicitation Number: W911QY-18-R-0037 2. Title: SMALL BUSINESS SET-ASIDE FOR BEHAVIORAL TESTING EQUIPMENT 3. Classification Code: 66 4. NAICS Code: 334516 5. Response Date: 24 April 2018 6. Description: The Government Requires Equipment for Behavioral Testing. See A01 - Salient Characteristics for full list of the Government's minimum requirements. Disclaimer: 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. IF ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. For purposes of this acquisition, the associated NAICS code is 334516The small business size standard is 1000 Employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: QUANTITY ONE (1): BARNES MAZE CLIN 0002: QUANTITY ONE (1): "T" MAZE CLIN 0003: QUANTITY ONE (1): GRIP STRENGTH TESTER CLIN 0004: QUANTITY ONE (1): PARALLEL ROD FLOOR (FOOT FAULT) TESTER CLIN 0005: QUANTITY ONE (1): ROTAROD Rotating Spindle CLIN 0006: QUANTITY THREE (3): VIDEO TRACKING SYSTEMS AND MOTION ANALYSIS, WITH TRAINING Specifications/Requirement: See Attachment A01 - Salient Characteristics Delivery: Delivery is required by thirty (30) days after received order (ARO). Delivery shall be made to Eisenhower Army Medical Center, Bldg. 38705 7th Ave. & 38th Alley Fort Gordon, GA 30905. Acceptance shall be performed at Eisenhower Army Medical Center, Bldg. 38705 7th Ave. & 38th Alley Fort Gordon, GA 30905. The FOB point is destination. Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: See attachment titled A07 - LPTA III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR CLAUSES: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000, BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2016) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) VI. The following additional contract requirement(s) or terms and conditions apply FAR 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) FAR 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.204-0009, CONTRACT WIDE BY FISCAL YEAR (SEPT 2009) 52.252-2, CLAUSES INCORPORATED BY REFRENCE (FEB 1998) VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. VIII. The following notes apply to this announcement: NONE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0d3c19cbb9d9f47862d087b62735c5bf)
 
Place of Performance
Address: Eisenhower Army Medical Center, Bldg. 38705 7th Ave. & 38th Alley, Fort Gordon, Georgia, 30905, United States
Zip Code: 30905
 
Record
SN04892345-W 20180419/180417230922-0d3c19cbb9d9f47862d087b62735c5bf (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.