Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2022 SAM #7546
SOLICITATION NOTICE

52 -- PCB Pieztronics/Endevco Transducers, Accelerometers

Notice Date
7/27/2022 12:44:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK22Q0045
 
Response Due
8/27/2022 10:00:00 AM
 
Archive Date
09/11/2022
 
Point of Contact
Tien NGuyen, Sharon A. Gary, Phone: 4438614719
 
E-Mail Address
tien.q.nguyen.civ@army.mil, sharon.a.gary.civ@army.mil
(tien.q.nguyen.civ@army.mil, sharon.a.gary.civ@army.mil)
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 effective 30 Mar 2020.The synopsis/ solicitation number is W91ZLK-22-Q-0045 for the purchase of PCB PIEZOTRONICS and ENDEVCO transducers, accelerometers, and accessories.� This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. This requirement is being solicited unrestricted under the associated North American Industry Classification System (NAICS) Code is 334519, Other Measuring and Controlling Device Manufacturing, which has a Business Size Standard of 500 employees. The Government contemplates the award of a single Indefinite Delivery - Indefinite Quantity (IDIQ) contract with Firm- Fixed-Price (FFP) delivery orders for a period of three (3) years. [Base year (12 months); Option Year 1 (12 months); Option Year 2 (12 months)]. The IDIQ contract will be established at a Not-To-Exceed (NTE) maximum Ceiling of $6 million, meaning the end-user may place orders for any quantity and combination of the units at the established unit prices, up to the NTE contract ceiling, during the current ordering period. The ceiling is inclusive of the Base year and option years. This procurement will be evaluated as Lowest Priced, Technically Acceptable (LPTA). Technical acceptability will be based on a proposal that meets all the requirements stated in the SOW attached Description of Requirements: This is a Brand Name ONLY requirement. This solicitation will cover the purchase and delivery of PCB Pieztronics and Endevco transducers, accelerometers, and accessories in support of the US Army Aberdeen Test Center Live Fire Test and Evaluation mission.� For complete details please refer to the attached Statement of Work (SOW). Proposals shall be submitted in two (2) separate volumes: Volume I:� PRICE Proposal- Please submit detailed price proposal in accordance with the Statement of Work. Volume II: TECHNICAL Proposal- Technical acceptability will be based on a proposal that meets all the requirements stated in the Statement of Work (SOW). Technical proposal shall be rated as Acceptable, or Unacceptable. Acceptable - Proposal clearly meets the minimum requirements of the solicitation. Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation. Technical Proposal: Technical Factor: The Government will evaluate the offeror's technical proposal based on the technical factors stated in the SOW. Proposal Format: Volume I: Detailed Price Proposal The Price Volume shall clearly identify the proposed firm fixed price Unit Price (shipping included) for all the Part Number/Product Description/Brand for each items on Table 1 and Table 2 in the SOW for Base Year and the two (2) Option Year Ordering Periods. Offeror's cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1 based on competition and other factors. �Pricing information shall be addressed ONLY in the Price Proposal (Volume I) and shall be separated from any technical information being provided. All submissions shall be made in U.S. dollars.� Partial quotes will not be evaluated. Volume II: Technical Proposal: Technical acceptability will be based on a proposal that meets all the requirements and specifications stated in the Statement of Work and will be evaluated based on the following factors: Proposal shall includes transducers, accelerometers and accessories from the product list given on Table 1 and Table 2 in the SOW. �Products listed in Table 1 and Table 2 are commercial-off-the-shelf items of the PCB Piezotronics and Endevco brand names; no substitutions shall be accepted. Each transducer (accelerometer, pressure sensor or pressure probe) shall come with a valid Certificate of Calibration, traceable to the National Institute of Standards and Technology (NIST). All items shall be functional upon receipt. No lot acceptance testing parameters apply. Shipping must be FOB Destination, no exceptions allowed. Overall proposal meet all other requirements as stated in the Statement of Work. EVALUATION & BASIS FOR AWARD Basis for Award: The Government intends to award one Firm-Fixed Price IDIQ contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, Contractor shall achieve technically acceptable rating on all technical factors.� The award will be made to the technically acceptable proposal that provides the lowest delivered total price (shipping included) of the units combined of the Base Year and the Option Year Ordering Periods.� Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following: Offers that provide only a statement indicating its capability to comply with the RFQ terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price or unattainable in terms of technical or schedule commitments: or Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. Award without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award shall be made to an Offeror who has been determined non-responsible by the Contracting Officer. Instructions to Offerors: The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. The contract shall be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal. 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. By submitting a proposal the Contractor agrees to the notations identified in the Statement of Work. All proposals from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online at the website link provided. For questions concerning this solicitation, contact Tien Q. Nguyen, Contract Specialist, via email at tien.q.nguyen.civ@army.mil by August 24, 2022 at 1:00 p.m. Eastern Time.� All questions must be received by August 24, 2022 at 1:00 p.m. Eastern Time. All proposals shall be submitted via email with the subject line: W91ZLK-22-Q-0045 Proposal from (Insert Company Name). The proposal shall include a Company name, Point of contact, Company CAGE code, DUNS number and TIN. All proposals must be signed, dated, and submitted via email to tien.q.nguyen.civ@army.mil by August 29, 2022 at 1:00 p.m. Eastern Time. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. 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 proposal or offer. In lieu of submitting the full text of those provisions, the offeror may identify the proposal by paragraph identifier and provide the appropriate information with its proposal or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Rep NOV 2015 FAR 52.209-10 � Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items�� FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes. FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes- Fixed Price FAR 52.246-2 -- Inspection of Supplies -- Fixed-Price FAR 52.247-34 F.O.B. Destination DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252-211-7003, Item Identification and Valuation DFARS 252-215-7007, Notice of Intent to Re-solicit DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003� Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea ""EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX Exemption certificate No. 30005004 covers exemption from Maryland Retail sales and Use tax."" 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
SAM.gov Permalink
(https://sam.gov/opp/a6c4149ab6ae4a1382393abdadec1638/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06404044-F 20220729/220727230117 (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.