Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
MODIFICATION

B -- One Generation Amphibian Metamorphosis Study of the Environmental Effects of a New Family of Insensitive Munitions

Notice Date
7/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-14-T-0437
 
Response Due
7/23/2014
 
Archive Date
9/7/2014
 
Point of Contact
Adam Stover, 4438614757
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(adam.c.stover.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The combined synopsis/solicitation number is W91ZLK-14-T-0437. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-74, effective 30 May 2014. This project involves a one-generation amphibian metamorphosis study of the environmental effects of a new family of insensitive munitions. The period of performance will be twelve months from date of award. The associated North America Industry Classification System (NAICS) Code is 541620 and the business size standard is $14 million. The Government contemplates award of a firm-fixed price contract, lowest price technically acceptable. The contract will be awarded to the lowest price technically acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. 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. The Government reserves the right to award on all or none basis. Description of Requirement: This project involves a one-generation amphibian metamorphosis study of the environmental effects of a new family of insensitive munitions. The details of the experiment are outlined in the performance work statement. The study includes the production of a final report suitable for peer review submission detailing the conduct of the experiment and identifying the results. The period of performance will be twelve months from date of award. CLIN 0001 AECOM One-Generation Amphibian Metamorphosis Study of the Environmental Effects of Insensitive Munitions The contractor shall conduct amphibian environmental effects study as specified in the performance work statement. The timing will be scheduled by mutual agreement between the Government and the Contractor. INSTRUCTIONS TO OFFERORS: Offerors shall submit price proposals in accordance with the CLIN structure above. Proposals must demonstrate an in-depth understanding of the requirements of the contract and include a detailed description of how the contractor proposes to meet the requirements. Please see the attached performance work statement for further details. Partial quotes will not be evaluated by the Government. Award will be made on the basis of the lowest priced evaluated proposal that meets or exceeds the acceptability standards for non-cost factors in accordance with FAR 15.101-2. Offerors may submit questions to the Contracting Specialist for clarification via email NLT 1000 EST 16JUL2014. NO TELEPHONE REQUESTS WILL BE HONORED. No questions submitted after that time will be honored. The questions and answers of every submitted question will be shared with all offerors via a solicitation modification. SUBMISSION PROCEDURES: All firm fixed price proposals (FFP) must be signed, dated, and received via email by 10:00 AM EST 23 July 2014 via email to CPT Adam Stover, adam.c.stover.mil@mail.mil. No quotations received after that time will be honored. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Service desk http://www.fsd.gov. The following provisions and clauses will be incorporated by reference: 52. 212-4 Contract Terms and Conditions Commercial Items. 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995). 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.219-28, Post Award Small Business Program Representation (JUL 2013). 52.222-3, Convict Labor (June 2003). 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). The following additional DFAR clauses cited in the clause are applicable: 252.212-7000, Offeror Representations and Certifications Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.211-7003 Item Identification and Valuation 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. AMC-LEVEL PROTEST (NOV 2008) 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 Government Accountability Office 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. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. 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
FBO.gov Permalink
(https://www.fbo.gov/notices/1b6ed5e81c5ead065dd0938e4d5537f5)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03418995-W 20140711/140710022839-1b6ed5e81c5ead065dd0938e4d5537f5 (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.