Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOLICITATION NOTICE

J -- Textile Weathering Lab Equipment Maintenance and Service - TMET

Notice Date
12/17/2019 5:27:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760 USA
 
ZIP Code
01760
 
Solicitation Number
W911QY-20-R-TEMT
 
Response Due
12/31/2019 6:00:00 AM
 
Archive Date
01/15/2020
 
Point of Contact
Timothy Konetzny, Phone: 5082062030, Shawn P. Haubner
 
E-Mail Address
timothy.m.konetzny.civ@mail.mil, shawn.p.haubner.civ@mail.mil
(timothy.m.konetzny.civ@mail.mil, shawn.p.haubner.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The contractor's primary focus shall be to conduct preventive maintenance and certification of calibration for the following equipment models (internal-generated bar code in parentheses): Atlas LLC model numbers CI4000 (63897, serial 25313), CI35F (18811), M222QTP (QTP222), SDL Atlas model numbers LHT (10399), M228AA (80160), M6 (98236, 98237, 98238) and Pellerin model number 36026Q6P (46580). The contractor shall provide the above equipment a service plan that includes monthly preventive maintenance visits with a certificate of calibration every 6 months or as needed for CI4000 (63897, serial 25313), CI35F (18811), M222QTP (QTP222), and M6 (98236, 98237, 98238) �The service shall provide assurance that the systems meet the specified requirements for weathering, fading and laundering. �The contractor shall provide yearly service for the SDL Launder-Ometer LHT (10399), M228AA (80160), Pellerin Milnor 36026Q6P (46580) and the HRO-400 and HRO-200 Harris-Millipore Systems. The contractor shall provide parts as needed during service.� 2. The line items (CLINs) below are anticipated to be included in the resultant contract. The Offeror shall provide prices for CLINs 0001, 1001,�2001, 3001, and 4001 below in its quotation. CLINs 0002, 1002,�2002, 3002, and 4002 are Not Separately Priced (NSP). Costs for CLINs 0002, 1002,�2002, 3002, and 4002 will be included in CLINs 0001, 1001,�2001, 3001, and 4001 respectively. CLIN 0001 QTY: 1 Job Comprehensive Maintenance and Calibration Services - Base Year. CLIN 0002 NSP Contractor Manpower Reporting (the cost of this CLIN is included in CLIN 0001). CLIN 1001 QTY: 1 Job Comprehensive Maintenance and Calibration Services - Option Year 1. CLIN 1002 NSP Contractor Manpower Reporting (the cost of this CLIN is included in CLIN 1001). CLIN 2001 QTY: 1 Job Comprehensive Maintenance and Calibration Services - Option Year 2. CLIN 2002 NSP Contractor Manpower Reporting (the cost of this CLIN is included in CLIN 2001). CLIN 3001 QTY: 1 Job Comprehensive Maintenance and Calibration Services - Option Year 3. CLIN 3002 NSP Contractor Manpower Reporting (the cost of this CLIN is included in CLIN 3001). CLIN 4001 QTY: 1 Job Comprehensive Maintenance and Calibration Services - Option Year 4. CLIN 4002 NSP Contractor Manpower Reporting (the cost of this CLIN is included in CLIN 4001). SUBMISSION REQUIREMENTS: The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Failure to include any of the items below may render the Offeror non-responsive. Responses to this announcement shall include: 1. A Firm Fixed Price quote, inclusive of all charges and with FOB Destination shipping terms, for the requirement stated above. The quotation shall not include taxes (tax exempt certificate may be provided to the awardee upon request). The response to this solicitation shall include company name and address, CAGE Code, DUNS Number, Point of Contact name and e-mail address, and acknowledgement of amendments to this solicitation (if any). 2. The Offeror shall include with its quote a clear demonstration and understanding of the technical requirements as defined in the Statement of Work - i.e., technical performance requirements related to the specific maintenance and calibration of the defined specialized equipment, personnel qualifications and experience, and compliance with deliverables. 3. Completed and signed representations and certifications.� Interested parties must be registered with the System for Award Management (SAM) under the NAICS 811219. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM. ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA: Award will be made to the responsible (See also DFARS 252.213-7000), responsive Offeror whose offer represents the Lowest Price Technically Acceptable (LPTA) offer based upon the description of the requirement, to include attachment 1, the Statement of Work. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated by reference: Provision 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition and Addenda to this clause are contained in the section entitled ""SUBMISSION REQUIREMENTS"" above. Provision 52.212-2 Evaluation -- Commercial Items, applies and specific evaluation criteria to be used are contained in the section ""ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA"" above. Provision 52.212-3 Offeror Representations and Certifications -- Commercial Items Alt 1, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 3 above. The offeror's attention is directed to the requirement to provide country of origin information IAW DFARS 252.225-7000. Clause 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition; and the Product Description/Statement of Work (SOW) and additional terms and conditions below shall be included as addenda to this clause. IAW FAR 52.212-4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE: 52.204-7 System for Award Management 52.204-9 - Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-21�Basic Safeguarding of Covered Contractor Information Systems 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation. 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.211-6 Brand Name or Equal 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 52.217-5�Evaluation of Options 52.217-8�Option to Extend Services 52.217-9�Option to Extend the Term of the Contract 52.219-1 (ALT 1) Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-23 (Alt 1) Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.232-39 Unenforceability of Unauthorized Obligations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation. (DEVIATION 2016-O0003) 252.204-7002 Payment for Subline Items Not Separately Priced 252.204-7003 Control of Government Personnel Work Product 252.204-7004 DoD Antiterrorism Awareness Training for Contractors 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to litigation Support contractors 252.211-7003 Item Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance Of Payments Program-Basic 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 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 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation by Sea 252.247-7024 Notification of Transportation of Supplies by Sea 52.252-1 Solicitation Provisions Incorporated by Reference 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 this/these address(es): https://www.acquisition.gov/content/regulations (End of Provision) 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/content/regulations (End of Clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e5983124d69f43e28f3c46665f422996/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN05518569-F 20191219/191217230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.