Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2021 SAM #7172
SOLICITATION NOTICE

J -- Request for Support and Maintenance on Instron Universal Test Frame Systems

Notice Date
7/19/2021 9:38:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-21-U-0004
 
Response Due
8/6/2021 2:00:00 PM
 
Archive Date
08/21/2021
 
Point of Contact
Irsha A. Maske, Phone: 2568421826
 
E-Mail Address
irsha.a.maske.civ@mail.mil
(irsha.a.maske.civ@mail.mil)
 
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-21-U-0004 is being issued as a request for quote; however, the US Aviation and Missiles Center (AvMC) intends to issue a sole source firm fixed price purchase order to Instron, Inc. 825 University Avenue, Norwood, MA 02062. �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 2021-06. This requirement is for maintenance and repair services for multiple Instron universal test frames located in rooms 47 and 48 of building 7631 (Serial # 5569R1811, 5985B14944, 8800RC2530, 88R1321SDC2379). The anticipated period of performance for the base year is from date of award through 12 months for maintenance and repair services.� If the Government chooses to exercise the option years, they will be for 12 months each. See attached Performance Work Statement (PWS) Requirements 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 basic cable and internet services 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 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 and support for one year. CLIN 0004 � Service Contract Reporting (SCR)� See the attached PWS for the SCR requirements. The place of delivery, acceptance and FOB point is: CCDC AvMC Building 5400 Fowler 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: 52.203-19� Prohibition on� Requiring Certain Confidentiality Agreements or Statements (Jan 2017) 52.204-7 � System for Award Management 52.204-13� System for Award Management Maintenance (Oct 2018) 52.204-16� Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17 � Ownership of Control of Offeror (Jul 2016) 52.204-8� Annual Representations and Certifications (Oct 2018) 52.204-16 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-18� Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19�Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-24� Basic Safeguarding of Covered Contractor Information Systems 52.204-22�Alternate Line Item Proposal 52.204-25� Prohibition on Contracting For Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 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 52.204-10� Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-23�Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (July 2018) 52.209-6�Protecting the Government�s Interest When Subcontracting with Contractors�Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10�Prohibition on Contracting with Inverted Domestic Corporations (N0v 2015) 52.219-28 � Post Award Small Business Program Representation (Nov2020) 52.222-3 � Convict Labor (June 2003) 52.222-17�Non-Displacement of Qualified Workers (May 2014) 52.222-19 � Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-20� Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 52.222-21 � Prohibition of Segregated Facilities(April 2015) 52.222-26 � Equal Opportunity (Sep 2016) 52.222-36�Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-51�Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving� (June 2020) 52.225-13 � Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-1�Payments (April 1984) 52.232-8� Discounts for Prompt Payments (Sept 2002) 52.232-11� Extras (April 1984) 52.232-33 � Payment by Electronic Funds Transfer � System for Award Management 52.233-1� Disputes (May 2014) 52.233-3� Protest After Award (Aug 1996) 52.233-4� Applicable Law for Breach of Contract Claim (Oct 2004) 52.244-6�Subcontracts for Commercial Items (Aug 2019) 52.253-1�Computer Generated Forms (Jan 1991) 52.217-5 Evaluation of Options (Jul 1990) 52.217-8 �Option to Extend Services (Nov 1999) 52.217-9�Option to Extend the Term of the Contract (Mar 2000) 22.232-39� Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors 52.237-1�Site Visit (April 1984) 52.237-2 �Protection of Government Buildings, Equipment and Vegetation (April 1984)) 52.242-15 � Stop-Work Order (Aug 1989) 52.243-1� Changes-Fixed Price (Aug 1987)-Alternate I (Apr 1984) 52.246-4�Inspection of Services-Fixed Price 52.247-34 �F.O.B. Destination (Nov 1991) 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form)(April 1984) 52.252-1�Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2-Section Clauses Incorporated by Reference (Feb 1998), where*denotes contract section 52.252-4�Alterations in Contract (April 1984) 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6�Authorized Deviations in Clauses (April 1984) The following DFARS clauses are applicable to this requirement: 252.203-7000 � Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005�Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003�Control of Government Personnel Work Product (April 1992) 252.204-7007� Alternate A, Annual Representations and Certifications (May 2021) 252.204-7008�Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 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) 252.204-7017�Prohibition on the acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May 2021) 252.204�Notice of NIST SP 800-171 DOD Assessment Requirements (Nov 2020) 252.204-7020�NIST SP 800-171 DOD Assessment Requirements (Nov 2020) 252.211-70003�Item Unique and Valuation (Mar 2016) 252.215-7013� Supplies and Services Provided by Nontraditional Defense Contractors 252.225-7001 Buy American and Balance of Payments Program (Dec 2016) 252.225-7048�Export-Controlled Items(Jun 2013) 252.225-7973�Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (Deviation 2020-O0015)(May 2020) 252.225-7974�Representation Regarding Persons That Have Business Operations with the Maduro Regime (Deviation 2020-O0005)(Feb 2020) 252.232-7003 � Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 � Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010�Levies on Contract Payments (Dec 2006) 252.237-7010 � Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.239-7098�Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites-Representation (Deviation 2021-O0003) (April 2021) 252.243-7001�Pricing of Contract Modifications (Dec 1991) 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 (Feb 2019) 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. Quotes are due no later than 4:00 pm (CST), August 06, 2021 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.�� 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
SAM.gov Permalink
(https://beta.sam.gov/opp/2c00b64df39842948f7c954b907420c3/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN06065507-F 20210721/210719230111 (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.