Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

J -- Calibration Support Services

Notice Date
3/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-07-R-0001
 
Response Due
4/9/2007
 
Archive Date
6/8/2007
 
Small Business Set-Aside
Total Small Business
 
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. 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. This is a request for competitive proposals (RFP W911S6-07-R-0001). The Dugway Proving Ground Directorate of Contracting is procuring non-personal, calibration support services for the West Desert Test Center located at the U.S. Army Dugway Proving Ground, Utah installation. CLIN 0001: Calibration Support (Base Year) (Firm-Fixed Price); CLIN 0002: Personnel Reporting System (Base Year) (Firm Fixed Price); CLIN 1001: Calibration Suport (Option Year 1) (Firm-Fixed Price); CLIN 1002: Personnel Reporting System (Option Year 1) (Firm-Fixed Price); CLIN 2001: Calibration Support (Option Year 2) (Firm-Fixed Price); CLIN 2002 Pers onnel Reporting System (Option Year 2); CLIN 3001: Calibration Support (Option Year 3) (Firm-Fixed Price); CLIN 3002: Personnel Reporting System (Option Year 3) (Firm-Fixed Price); CLIN 4001: Calibration Support (Option Year 4) (Firm-Fixed Price); and C LIN 4002: Personnel Reporting System (Option Year 4) (Firm-Fixed Price). Period of performance are estimated as follows: Base Year 15-MAR-2007 to 14-MAR-2008; Option Year 1 15-MAR-2008 to 14-MAR-2009; Option Year 2 15-MAR-2009 to 14-FEB-2010; Option Yea r 3 15-MAR-2010 to 14-MAR-2011; and Option Year 4 15-MAR-2011 to 14-MAR-2012. A list of equipment will be provided the Government to interested offerors. Requests shall be submitted in writing to Mr. Eric S. Vokt at eric.s.vokt@us.army.mil. This require ment is set-aside for small business concerns. The North American Industrial Classification Standard 541380 (size standard $11,000,000.00) applies to this procurement. The following provisions and clauses apply to this procurement: FAR 52.204-7 Central Contractor Registration; DFARS 252.204-7000 Disclosure of Information; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; FAR 52.212-1 Instructions to Offerors  Commercial Items; FAR 52.212-4 Contract Terms and Conditions  C ommercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (to include the following applicable clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alter nate I; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Faciliti es; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports o n Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees: FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-41 Service Contract Act of 1965, as Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires); FAR 52.217-9 Option to Extend the Term of the Contract; DFARS 252.212-700 1 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (to include the follow ing applicable clauses: FAR 52.203-3 Gratuities; DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders; DFARS 252.227-7015 Technical Data - Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; D FARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Requests for Equitable Adjustment; and DFARS 252.247-7023 Transportation of Supplies by Sea); and AFARS 5152.233-9000 Army Contracting Agency Executive Level Agency Protest Pro gram. The following additional local clauses apply to this procurement: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Submission of Invoices; Contractor Access to DPG; and Identification of Contractor Employees; Government Contractor Relationships. The following representations and certifications apply to this procurement: DFARS 252.212-7000 Offeror Representations and Certifications- Commercial Items; FAR 52.212-3 Offeror Representations and Certifications  Commercial Items; and FAR 52.222-48 Exemption from Application of Service Contract Act Provisions  Contractor Certification (NOTE: If not exempt, Service Contract Act wage determination 05-2531 REV (01) applies to th is procurement). This procurement will be evaluated in accordance with FAR 52.212-2 Evaluation  Commercial Items. Interested offerors shall obtain the following items on the Army Single Face-to-Industry website under this reference RFP (W911S6-07-R-0001 ): (1) Statement of Work; (2) Proposal Requirements; and (3) Evaluation Criteria. All proposals shall be either emailed to Mr. Eric S. Vokt, Contract Specialist at eric.s.vokt@us.army.mil in either Adobe Acrobat PDF or Microsoft Word format; mailed to Mr . Eric S. Vokt, Contract Specialist at U.S. Army Contracting Agency  Northern Region, Dugway Proving Ground Directorate of Contracting, SFCA-NR-DW, Dugway, Utah 84022-5000; or by FEDEX or UPS to Mr. Eric S. Vokt, U.S. Army Contracting Agency  Northern Re gion, Dugway Proving Ground Directorate of Contracting, SFCA-NR-DW; Building 5330, Room 1402, Dugway, Utah 84022-5000. All proposals shall be submitted by no later than 5:00 PM MDT on 9 MAR 2007. For any questions or concerns, you may email Mr. Eric Vokt at eric.s.vokt@us.army.mil.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01252006-W 20070317/070315222155 (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  © 1994-2020, Loren Data Corp.