Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

63 -- Pentagon Force Protection Agency Gas Chromatograph/Mass Spectrometer and Mass Spectrometer/Mass Spectrometer

Notice Date
4/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-09-R-0029
 
Response Due
4/17/2009
 
Archive Date
6/16/2009
 
Point of Contact
Brian Serra, 407-208-3357<br />
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation PFPA Gas Chromatograph/Mass Spectrometer (GC/MS) and Mass Spectrometer/Mass Spectrometer (MS/MS) (i) This is a combined synopsis/solicitation for commercial items authorized under FAR Subpart 13.5 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. (ii) Solicitation W900KK-09-R-0029 is issued as a Request for Proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-30. (iv) The NAICS code for this acquisition is 334516. This acquisition is being solicited as a full and open competition. (v) Item No 0001: GC/MS Units (FFP) Quantity: 20 Unit: Each Unit Price: _________ Net Amount: _________ Item No 0005: MS/MS Units (FFP) Quantity: 20 Unit: Each Unit Price: _________ Net Amount: _________ Item No 0010: Engineering Support (LH) Quantity: NTE 970 Unit: Hours Unit Price: _________ Net Amount: _________ Item No 0015: Service Agreement (FFP) Quantity: 1 Unit: Lot Net Amount: _________ Item No 0020: Technical Data Not Seperately Priced (vi) The contract will be structured as an Indefinite-Delivery/Indefinite-Quantity (IDIQ) commercial purchase with a 12 month period of performance. Please see Attachment 1, Statement of Work (SOW) for a description of requirements for the items being acquired and Attachment 2 for Contract Data List Requirements (CDRLs). (vii) Specific delivery dates will be designated in each delivery order issued hereunder. (viii) The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. In addition to the instruction in this clause, Offerors must submit the following proposal content: Statement of Compliance: The offer shall include a statement indicating complete compliance with the solicitation, or detailed analysis of any objections, exceptions, contingencies, or additions. Any objection, exception, contingency, or addition shall be cross-referenced to the applicable solicitation paragraph(s). Technical: The Offeror shall provide product literature, specification information cross-indexed to applicable parts of the SOW and warrantly provisions. The Offerors proposal shall clearly demonstrate its ability to meet or exceed the SOW specifications and identify all systems with which the sensors are compatible. The proposal must also demonstrate the ability to perform engineering support. Statements that the Offeror understands and will meet the SOW requirements are inadequate. Paraphrasing or reiteration of the SOW or parts thereof is similarly inadequate, as are phrases such as standard procedures will be employed or well-known techniques will be used. Past Performance: The Offeror shall submit a list of up to five (5) contracts awarded where the Offeror has previously provided the same equipment This section shall contain; model number, quantity sold, delivery schedule of previous contracts, and evidence of the products ability to interoperate with external systems. Include the names of the Procuring Contracting Officer and Contracting Officers Representative along with their telephone numbers. Price: Offerors shall provide completed pricing for CLINS 0001, 0005, 0010 and 0015. (ix) The award will be made on the basis of best value, with appropriate consideration given to the three (3) evaluation factors: Technical, Past Performance and Price. Technical is significantly more important than Past Performance. Past Performance is significantly more important than Price. The combination of non-priced factors is significantly more important than Price. To receive consideration for award, a rating of no less than Satisfactory must be achieved for Technical. The degree of importance allocated to the Price will increase as the Offerors proposals become more equal in the other evaluation areas. Offerors are cautioned that the award may not necessarily be made to the Offeror with the lowest price. All proposals shall be subject to evaluation by a team of Government personnel. Support contractors will not participate as members of or advisors to the source selection team. 1. TECHNICAL EVALUATION APPROACH. The evaluation process will consider the following: a. The products ability to meet or exceed the SOW specifications. b. The Offeror identifying all systems in which the GC/MS and MS/MS are compatible with. c. The Offerors ability to provide engineering support. 2. PAST PERFORMANCE EVALUATION APPROACH. The Past Performance evaluation will assess the relative risks associated with an Offerors likelihood of success in performing the solicitation's requirements as indicated by that Offerors record of past performance. a. The Government will conduct a past performance assessment based on the Offerors ability to meet the specifications set forth in the SOW. Areas of relevance will include if the Offeror has past performance of similar contracts to that which is detailed in the RFP. When assessing past performance, the Government will focus its inquiry on the past performance of the Offeror as it relates to all solicitation requirements. These requirements include all aspects of schedule, performance and supportability, including the Offerors record of: 1) conforming to specifications and standards of good workmanship; 2) adherence to contract schedules; 3) the proven ability of the Offeror to overcome integration and interoperability issues. b. In conducting the past performance risk assessment, the Government may use data provided in the Offerors proposal and data obtained from other sources. Since the Government may not necessarily interview all of the sources provided by the Offeror, it is incumbent upon the Offeror to explain the relevance of the data provided. While the Government may elect to consider data obtained from other sources, the burden of proving low performance risk rests with the Offeror. 3. PRICE EVALUATION APPROACH. In evaluating the Price Factor, the Government will perform a price analysis to determine the fairness and reasonableness of the proposed prices in accordance with FAR 15.404. a. The Government will verify the total proposed contract ceiling price by multiplying the unit price by the maximum quantity in CLIN 0001 and CLIN 0005. The Government will also multiply the proposed fully loaded hourly rate by the number of hours listed for CLIN 0010. These three totals will be added together with CLIN 0015 to arrive at a Total Contract Ceiling Price. (x) The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.203-13, Contractor Code of Business Ethics and Conduct 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 52.222-35, 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 52.225-1, Buy American Act Supplies FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (xiii) The Government obligation shall be limited to the minimum quantity which is specified as 11 GC/MS units and 1 MS/MS unit. FAR 52.216-22 -- Indefinite Quantity (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 90 days of contract expiration. (End of Clause) FAR 52.216-19 -- Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 unit for the GC/MS and 1 unit for the MS/MS, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 20 units for the GC/MS and 20 units for the MS/MS; (2) Any order for a combination of items in excess of 20 units for the GC/MS and 20 units for the MS/MS; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. (xiv) There is a DD254, Security Classification Specification associated with this acquisition. In order to be considered for award, offerors must possess or be able to obtain a SECRET facility security clearance. (xv) Proposals are due no later than 4:00 PM, Eastern Daylight Time (EDT), April 17th, 2009 via email to brian.serra@us.army.mil. The Government reserves the right to request additional information after receipt of Offerors response to the RFP. The proposal shall be valid for not less than 30 calendar days from the proposal due date. Files shall not contain classified information. (xvi) Point of contact for this solicitation: The Contract Specialist is: Program Executive Office for Simulation, Training and Instrumentation ATTN: Mr. Brian Serra, Contract Specialist, SFAE-STRI-KOP 12350 Research Parkway Orlando, FL 32826-3276 407-208-3357 / brian.serra@us.army.mil Questions regarding this solicitation shall be submitted by electronic mail to the POCs identified above with the solicitation number in the subject line.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e882b54826c5f2e3861cfeb937cde193&tab=core&_cview=1)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL<br />
Zip Code: 32826-3276<br />
 
Record
SN01785475-W 20090405/090403221007-896f46faaa942cf9f8f3260f738414b4 (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.