Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

J -- Small Purchase Order for the Acquisition of a One Year Extended Warranty for an EVG620 Precision Mask Aligner and an EVG501 Wafer Bonder with the Option of an Additional Year of Coverage

Notice Date
7/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-14-T-0169
 
Response Due
7/23/2014
 
Archive Date
9/12/2014
 
Point of Contact
Miroslaw Chodaba, 256-876-2105
 
E-Mail Address
ACC-RSA - (Missile)
(miroslaw.chodaba@us.army.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. Solicitation number W31P4Q-14-T-0169 is being issued as a request for quote; however, the US Army Aviation and Missile Command intends to issue a sole source firm fixed price purchase order to EV Group, Inc., 7700 South River Parkway, Tempe, AZ 85284. Authority cited: Statutory Authority permitting other than Full and Open Competition for this requirement is 10 U.S.C. 2304(C) (1), as implemented by paragraphs 6.302-1 of the Federal Acquisition Regulation (FAR) entitled - Only one responsible source and no other supplies or services will satisfy agency requirements. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. This requirement is for extended warranties for the EVG620 Precision Mask Aligner and the EVG501 Wafer Bonder. These warranties will extend the current warranties for the equipment installed by EVG located in the Weapons Development and Integration Directorate clean-room facility located in building 7804 of Redstone Arsenal for one year. The aligner and bonder warranty extensions will take effect at the end of the current coverage on the 23rd of June, 2014. The anticipated period of performance is from 24 June 2014 through 23 June 2015 for the Base year and from 24 June 2015 through 23 June 2016 for the Option year. The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: - CLIN 0001 - Base Year - This CLIN will be issued for the base year. - CLIN 0002 - Option Year - This CLIN will be issued for the option year. - CLIN 0003 - Contractor Manpower Reporting (CMR) - See the attached Performance Work statement (PWS) for the CMR requirements. The technical requirements for this action are contained in the attached PWS. The Quality Assurance Surveillance Plan is also attached. The place of delivery, acceptance and FOB point is: US Army Research, Development and Engineering Command Weapons Development and Integration Directorate US Army RDECOM, WDID RDMR-WDS-WI Building 7804 Patton Rd S, Room 137 Redstone Arsenal, AL 35898 All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. All quotes shall include delivery dates expressed in days or weeks from award date. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The following FAR provisions/clauses are applicable to this requirement: 52.204-7 - System for Award Management 52.212-1 - Instructions to Offerors - Commercial Items 52.212-3 - Offeror Representations and Certifications - Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items o52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards o52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment o52.219-28 - Post Award Small Business Program Rerepresentation o52.222-3 - Convict Labor o52.222-21 - Prohibition of Segregated Facilities o52.222-26 - Equal Opportunity o52.222-36 - Affirmative Action for Workers with Disabilities o52.222-41 - Service Contract Act of 1965 o52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving o52.225-13 - Restrictions on Certain Foreign Purchases o52.232-33 - Payment by Electronic Funds Transfer - System for Award Management o52.222-42 - Statement of Equivalent Rates for Federal Hires 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.242-15 - Stop-work Order 52.246-2 - Inspection of Supplies 52.246-4 - Inspection of Services 52.246-16 -Responsibility for Supplies 52.247-34 - F.O.B. Destination The following DFARS clauses are applicable to this requirement: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 - Transportation of Supplies by Sea, Alternate III Other clauses may be included in the award if applicable. As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award. Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. Offerers must fill-in the attached provision, DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, and submit with their quote. Quotes are due no later than 3:00 pm (CST), 23 July 2014 in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Miroslaw Chodaba at miroslaw.chodaba@us.army.mil or via facsimile at 256-876-1631, marked to the attention of Miroslaw Chodaba. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: ACC-RSA, CCAM-RDB ATTN: Miroslaw Chodaba (256-876-2105) Building 5400, Room B132 Redstone Arsenal, AL 35898-5250 Oral communications are not acceptable in response to this notice. NO FOREIGN PARTICIPATION IS ALLOWED. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable. All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and DUNS number. Quotes/offers received after the specified due date and time will not be considered for award. For further information or questions regarding this solicitation, contact Miroslaw Chodaba via email at miroslaw.chodaba@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7efb92b29ab1c6cea94d7cbcf2ba53a1)
 
Place of Performance
Address: US Army RDECOM, WDID ATTN: RDMR-WDS-WI,Building 7804, Patton Rd S, Room 137 Redstone Arsenal AL
Zip Code: 35898
 
Record
SN03423526-W 20140716/140714235050-7efb92b29ab1c6cea94d7cbcf2ba53a1 (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.