Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

61 -- SmartGate Data Acquisition Unit

Notice Date
5/22/2020 12:37:56 PM
 
Notice Type
Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ20Q1455
 
Response Due
6/12/2020 10:00:00 AM
 
Archive Date
06/27/2020
 
Point of Contact
TriNeciya Martin, Phone: 6016343063
 
E-Mail Address
trineciya.c.martin@usace.army.mil
(trineciya.c.martin@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 W912HZ20Q1455 is being issued as a Request for Quote (RFQ) with intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Circular 2019-06. This requirement is a small business set-aside. This requirement uses NAICS 334513 with a size standard of 750 employees. This procurement is being conducted in accordance with regulation at FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The US Army Engineer Research and Development Center (ERDC), Vicksburg, Mississippi is soliciting quotes to provide: Brand Name: Campbell Scientific, Inc., SmartGate Data Acquisition Unit PLEASE SEE ATTACHED Description of Requirement (DOR), BID Schedule, and Brand Name Determination. � **Oral communications ARE NOT acceptable in response to this notice. ** FAR clause 52.212-2, Evaluation- Commercial Items: (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. The following factors shall be used to evaluate offers: 1) Technically Capability 2) Lowest price The Government will issue an award to the offeror whose quote is the Lowest Price that is determined to meet at least the minimum requirements to be determined Technically Capable. (1) Technically Capable is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is imperative that the offeror submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of you quote. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror 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. (End of provision) SAM REGISTRATION: Pursuant to FAR 52.204-7, System for Award Management, prior to award offerors shall be registered in the System for Award Management (SAM), if you are not registered in SAM, an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. The following FAR clauses and provisions apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3, Alt I Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Items The following clauses cited within FAR Clause 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-1 Small Business Program Representations FAR 52.219-28 Post-Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-10 Waste Reduction Program; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Notice of Total Small Business Set-Aside, Notice of Total Small Business Set-Aside (Mar 2020) ����� (a) Definition. �Small business concern,� as used in this clause, means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. ����� (b) Applicability. This clause applies only to- ���������� (1) Contracts that have been totally set aside for small business concerns; and ���������� (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b) (2) (i) (F). ����� (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. ���������� (2) Any award resulting from this solicitation will be made to a small business concern. (End of clause) The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses and Provisions are applicable to this acquisition: DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials; DFARS 252.211-7003 Item Unique Identification and Valuation; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. Technical Inquiries and Questions All technical inquiries and questions relating to this solicitation are to be submitted to TriNeciya Martin via e-mail at TriNeciya.C.Martin@usace.army.mil. Offerors shall submit questions no later than NOON CST 5 June 2020 in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specifications in their entirety and review the BetaSAM.gov website for answers to questions prior to submission of a new inquiry. Notes to Offerors: -Lack of registration in the SAM database will make an offeror ineligible for award. -Quotes are due 10 JUNE 2020, not later than 1:00 PM CST via email to: TriNeciya.C.Martin@usace.army.mil. For information concerning this solicitation, contact TriNeciya Martin via e-mail at �TriNeciya.C.Martin@usace.army.mil. -The Offeror is responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the BetaSAM.gov web site often for any information regarding this solicitation and/or amendments to this solicitation. Offerors are responsible for ensuring that their quotes arrive prior to the scheduled closing date and time. Quotes must be clearly identified as being submitted for Solicitation Number W912HZ20Q1455.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ae1383d3bba14ca6bcb327bb98014ce0/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN05669295-F 20200524/200522230159 (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  © 1994-2020, Loren Data Corp.