Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
MODIFICATION

H -- Blanket Purchase Agreements for Ballistic Testing and Evaluation

Notice Date
6/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-14-R-0033
 
Response Due
6/16/2014
 
Archive Date
8/9/2014
 
Point of Contact
Jean Greenwood, 508-233-6101
 
E-Mail Address
ACC-APG - Natick (SPS)
(jean.t.greenwood.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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. The solicitation is being issued as a Request for Proposal (RFP); solicitation number is W911QY-14-R-0033. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-73, effective 29 April 2014. The US Army Natick Soldier Research, Development and Engineering Center (NSRDEC) has a requirement to establish multiple Blanket Purchase Agreements (BPA) in order to procure services for ballistic testing and evaluation against a variety of threats and in various environmental conditions, in support the NSRDECs research and development efforts for materials and systems offering ballistic protection for the individual Warfighter, from facilities which currently possess, or are able to promptly obtain, approval from the National Institute of Justice (NIJ) and accreditation from the National Voluntary Laboratory Accreditation Program (NVLAP). This is a full and open competition using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 541380 -- Testing Laboratories. The small business size standard is $14,000,000.00. DESCRIPTION OF REQUIREMENT: 1. The Contractor shall perform a broad spectrum of ballistic tests with accuracy and precision using a wide variety of ballistic threats as further described Attachment 1 - NSRDEC Ballistic Testing and Evaluation Statement of Work (SOW). 2. Additional terms and conditions are contained in Attachment 2 - Blanket Purchase Agreement, Attachment 3 - Quality Assurance Surveillance Plan (QASP), and clauses incorporated by reference or by full text below. 3. Contract Line Item Numbers will be dependent on individual Calls issued under the resultant BPA. 4. The intention of the Government is to award a maximum of four (4) BPAs to responsible firms that demonstrate a capability to provide the requested services. The Government reserves the right to Award as many BPAs up to the stated maximum, or award no BPAs, from this combined synopsis/solicitation as determined to be in the Government's best interest. BPAs do not obligate any funds and are not binding contracts. The Government will be obligated only to the extent that authorized BPA Calls are actually made under these agreements. 5. BPAs will be evaluated annually and may remain in place for up to three (3) years. The total maximum amount of the BPA will be approximately $3,000,000.00 for the total three-year duration. No individual BPS Call will exceed the amount of $150,000.00. The establishment of a BPA does not imply any agreement on the part of the Government to place future Calls with the BPA holder. The Government makes no representation as to the number of Calls or actual amount of services to be ordered. 6. Calls for new test work made against any BPA(s) awarded under this solicitation will be competed among all BPA holders. BPA Holders notified electronically of new Call/RFQ requirements through the issuance of a Call or RFQ e-mail from either the Contracting Officer or authorized Ordering Officer. Failure to submit a complete and timely response to a BPA Call/Request for Quote (RFQ) may result in it being determined non-responsive to the Call/RFQ. (1) The Government reserves the right to set aside any Call/RFQ requirement to any Small Business BPA Holder(s). (2) The Government reserves the right to exclude any BPA Holder due to lack of satisfactory performance on prior BPA Calls. (3) The Government reserves the right to issue Calls and/or Call modifications directly to BPA holders for follow-on work related to or resulting from previous tests already conducted. SUBMISSION REQUIREMENTS: The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Proposals should be prepared simply and provide concise description of capabilities to satisfactorily perform all requirements. Responses to this announcement shall include: 1. A letter, signed by an authorized official of the Offeror, formerly submitting the proposal and containing company name and address, Cage Code, DUNS Number, TIN, business size and type (i.e., large, small, small and disadvantaged, 8(a)certified, woman-owned small, HUB Zone certified small, or service disabled veteran-owned small business) for the applicable NAICS code, and Point of Contact information. The letter shall also include acknowledge of amendments, if any, to this solicitation. 2. A narrative, limited to 10 pages, explaining your ability to perform the work described in the SOW (Attachment 1) including relevant past performance information. The narrative shall also include the following: a. Provide evidence of current approval by the National Institute of Justice (NIJ) to conduct testing in accordance with all NIJ Body Armor and Armor Materials standards and accreditation from the National Voluntary Laboratory Accreditation Program (NVLAP)., or a detailed explanation of the resources currently held which would allow prompt acquisition of NIJ approval and NVLAP accreditation. For respondents without current NIJ approval and NVLAP accreditation, a timeline to achieving approval and accreditation is required. b. Three (3) past performance references for related services within the last five (5) years to include: (1) Contract number, title, and brief description (2) Name, e-mail address, and telephone number of requiring activity POC (3) Name, e-mail address, and telephone number of the Government Contracting Officer (4) Contract type and Period of performance (5) Awarded price/cost and Final, or projected final, price/cost 3. Current price list containing prices for each of the tests specifically identified in the SOW. Offeror is encouraged to also submit their current standard commercial price list for other tests not listed in SOW, especially for any ballistic testing that may be applicable to the SOW requirements. The price list must include labor, materials, and other rates (such as hourly range rates) that may be used in order to quote* additional testing may be requested by the Government. *Although these quotes may include an estimate of time and materials based upon Government requirements, all Calls shall be Firm Fixed Price. 4. Completed and signed representations and certifications (attachment 4). 5. As prescribed in DFARS 252.204-7004, interested parties must be registered with System for Award Management (SAM) under the NAICS 541380. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Interested parties must also be current with VETS-100/100A filings (see FAR 22.13). Contractors are encouraged to complete SAM registration and VETS-100/100A filings as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM or file their VETS-100/100A. The responses to this solicitation/synopsis shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked to indicate its contents, the solicitation number, and the identity of the firm submitting. Proposals may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your proposal. EVALUATION CRITERIA: BASIS FOR AWARD: Award will be made to the responsible vendor(s) that represent Best Value to the Government. The Government intends to evaluate submittals and award each BPA without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Factors that shall be used to determine Best Value, in order of importance are as follows: Technical/Facility Requirements, Past Performance, and Price. These factors are further described below: 1. Technical/Facility Requirements: a. The Offeror must be able to prove that they have, or will have within 30 days of the issuance of this solicitation, current NIJ approval and NVLAP accreditation. Failure to meet this requirement will render the proposal ineligible for a BPA. b. The Offeror must be able to perform, at a minimum, all of the testing described in the SOW. This is an ALL or NONE requirement. Offeror's shall provide a narrative that describes/supports its claims to be able to perform the testing called for in the SOW in their proposal. Proposals that cover less than all of the services specifically identified in the SOW will be rejected as non-responsive. c. The Offeror's facility must have sufficient capacity to allow the use of at least two (2) ranges SIMULTANEOUSLY by the Government for any testing awarded under any BPA call. 2. Past Performance: The Government will evaluate the Offeror's record of past performance in work relevant to the type as called for in the SOW. Offerors are advised that, in addition to the Past Performance information requested in the Submission Requirements above, the Government may obtain Past Performance information from interviews/questionnaires tailored to the circumstances of this acquisition and/or any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials; and the Defense Contract Management Agency. 3. Price: The Government will evaluate the rates contained in the Offeror's current price list, with emphases on rates for specific tests listed in the SOW. The Contracting Officer may only award BPAs to responsible organizations whose proposals conform to this combined synopsis/solicitation and offer the best overall value to the Government. Any Offeror's proposal merely offers to perform work according to the terms of the RFP or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non-responsive. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated by reference: Provision 52.212-1, Instructions to Offerors -- Commercial (Jul 2013), applies to this acquisition and Addenda to this clause are contained in the section entitled quote mark SUBMISSION REQUIREMENTS quote mark above. Provision 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies and specific evaluation criteria to be used are contained in the section quote mark EVALUATION CRITERIA quote mark above. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2013) Alt 1 (Apr 2011), with its offer. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (Sep 2013), applies to this acquisition and the Statement of Work (SOW), Blanket Purchase Agreement, and additional terms and conditions below shall be included as addenda to this clause. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items DEVIATION 2013-O0019) (Jan 2014), applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE: 52.204-2 Security Requirements (Aug 1996) 52.204-7 System for Award Management (Jul 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action For Workers With Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.227-14 Rights in Data - General (Dec 2007) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-15 Stop-Work Order (Aug 1989) 52-243-1 Changes- Fixed Price (Aug 1987) Alternate I (Apr 1984) 52.244-6 Subcontracts for Commercial Items (Dec 2013) 52.245-1 Government Property (Apr 2012) 52.245-9 Use and Charges (Apr 2012) 52.247-34 F.O.B. Destination (Nov 1991) 252.201-7000 Contracting Officer's Representative (Dec 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control Of Government Personnel Work Product (Apr 1992) 252.204-7004 Alt A Central Contractor Registration (Sep 2007) 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001) 252.204-7006 Billing Instructions (Oct 2005) 252.204-0001 Line Item Specific: Single Funding (Sep 2009) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014-000009) (Feb 2014) 252.211-7003 Item Identification and Valuation (Dec 2013) 252.211-7006 Passive Radio Frequency Identification (Sep 2011) 252.211-7007 Reporting of Government-Furnished Property (Aug 2012) 252.223-7002 Safety Precautions for Ammunition and Explosives (May 1994) 252.223-7003 Change in Place of Performance--Ammunition and Explosives (Dec 1991) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing Of Contract Modifications (Dec 1991) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012) 252.245-7002 Reporting Loss of Government Property (Apr 2012) 252.245-7003 Contractor Property Management System Administration (Apr 2013) 252.245-7004 Reporting, Reutilization, and Disposal (May 2013) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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 quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) SUBMISSION OF PROPOSALS: Proposals shall be submitted electronically to Jean Greenwood at the Natick Contracting Division via jean.t.greenwood.civ@mail.mil. All proposals shall be submitted by 4:00pm EDT on 16 June 2014. **Proposals will only be accepted electronically via the e-mail address provided above. It is the Offeror's responsibility to confirm that their proposal submission has been received. QUESTIONS: Questions regarding this acquisition may contact Jean Greenwood at the above listed email address. Questions & Answers as of 4 June 2014 are added under the 'Additional documentation' link.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3ee6bf70ab1a08e36090bab18d3a6e7f)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03390765-W 20140612/140610235603-3ee6bf70ab1a08e36090bab18d3a6e7f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.