Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

66 -- Advanced Ergo Kit and Casella CEL Vibration Kit with attachments and processing software.

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
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-0685
 
Response Due
9/22/2014
 
Archive Date
11/17/2014
 
Point of Contact
Denise Thomas, 443-861-4736
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(denise.thomas29.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 for W91ZLK-14-T-0685 is issued to provide answers to Questions. The closing date of the solicitation will remain unchanged at September 22, 2014 @ 2:00 PM Eastern Time (ET). Please provide any additional questions no later than September 18, 2014 @ 2:00 PM Eastern Time (ET). Questions received after this date may or may not be answered. Questions should be addressed to Denise Thomas via email at denise.thomas29.civ@mail.mil. No telephone requests will be honored. All terms, conditions, requirements and specification of the original solicitation remain the same. Question 1: I assume we can bid for all items except for one which is CLIN 0006 PCB Handheld Shaker (calibrator): Model 394C06 8 which we currently do not sell? Answer 1: Per the solicitation the Government reserves the right to award on all or none basis. Question 2: Do we provide one total price for all items listed and assuming 8 quantity of each (waiting for that quantity to be confirmed) excluding the PCB item which we will not be bidding on? Answer 2: Per the solicitation the Government reserves the right to award on all or none basis. Question 3: Do the items need to be physically delivered by 9/30 or only ordered given that we are close to the end of the month now? Answer 3: Per the solicitation - offers are to note their approximate delivery date. Question 4: a) In that document it states quote mark Please make each of these in a CLIN structure quote mark. I am not sure what a CLIN structure is? b) Does that mean to include the CLIN # on each line item in our quote or to include all the detailed text and format as in Attachment 1 Request for Quotation W91ZLK-14-T-0685? Answer 4: a) & b) That statement quote mark Please make each of these in a CLIN structure, quote mark is deleted in its entirety. 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 combined synopsis/solicitation number is W91ZLK-14-T-0685. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 05-76. The Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order, to procure Advanced Ergo Kit and Casella CEL Vibration Kit with attachments and processing software, Brand Name or Equal. Purchasing of the equipment and accessories will be in accordance with this solicitation, Attachment 1 and using FAR Part 13. This solicitation is a Total Small Business set-aside. The Associated North America Industry Classification Code (NAICS) is 334519 and the Business Size Standard is 500. This requirement is considered competitive and is being procured through the open market and in accordance with the terms and conditions of this solicitation. This requirement is NOT being procured in accordance with FAR Part 8. Only Open Market (and Not General Service Administration (GSA) quotations are being accepted, from responsible contractors. NOTE to Offerors: Offers shall note the lead time or approximate delivery date for items offered. The government requires F.O.B. DESTINATION Acceptance and inspection shall be at Destination. Final completion/destination shall be at USA Public Health Command (PHC), Building E5165, 5158 Blackhawk Road, Aberdeen Proving Ground, Maryland 21010-5000, in accordance with this Solicitation W91ZLK-14-T-0685, Specifications and Requirements, Attachment 1. Description of the Requirements: Advanced Ergo Kit and Casella CEL Vibration Kit with attachments and processing software BRAND NAME OR EQUAL, see the attached Attachment 1 for Specifications and Requirements: ItemDescriptionBrand Name or EqualQuantity/Each CLIN 0001Advanced Ergonomics Test Kit EK3-200 8 CLIN 0002Casella model CEL-960/K1 Vibration Meter Kit 8 CLIN 0003Casella model CEL-960/HAV Kit8 CLIN 0004Casella model CEL-960/WBV Kit8 CLIN 0005Casella model CEL-960/EXP 8 CLIN 0006PCB Handheld Shaker (calibrator): Model 394C068 CLIN 0007Casella model 68488 CLIN 0008 Jamar Hydraulic Dynamometer8 The following provisions and clauses will be incorporated by reference: 52.204-7, System for Award Management 52.211-6 Brand Name or Equal 52.212-1, Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The contract will be awarded to the Brand Name or Equal Lowest Price Technically Acceptable (LPTA) offeror. The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors, which are the technical requirements in accordance with attached W91ZLK-14-T-0685 Specifications and Requirements, Attachment 1. 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 quotation. The following factors shall be used to evaluate offers: Brand Name or Equal Lowest Price Technically Acceptable: a. Award will be made on the basis of the lowest evaluated price quotation technically meeting or exceeding the acceptability standards of the required Advanced Ergo Kit and Casella CEL Vibration Kit with attachment and processing software BRAND NAME OR EQUAL in accordance with the Attachment 1 W91ZLK-14-T-0685 Specifications and this solicitation. The Government reserves the right to make an award without discussions. Government reserves the right to award on all or none basis. b. Past performance will also be evaluated, the offeror shall propose equipment that has been manufactured and sold for at least one (1) year. Offeror must demonstrate that they have experience, in providing similar like products within the last three (3) years. 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 at https://www.sam.gov. 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 applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.211-6, Brand Name or Equal 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.223-11, Ozone Depleting Substances 52.247-34, FOB Destination 52.222-3, Convict Labor 52.222-17, Nondisplacement of Qualified Workers 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.225-2, Buy American Act - Supplies 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchase 52.232-33, Payment by Electronic Funds Transfer 52.239-1, Privacy or Security Safeguards 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.246-2, Inspection of Supplies-Fixed Price 52.252-1, Solicitation Provisions Incorporated by Reference: 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 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7003, Agency Office of the Inspector General 252.204-7004 Alt A System for Award Management Alternate A 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 252.225-7013 Duty Free Entry 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 252-211-7003, Item Identification and Valuation 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. 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. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp Quotations must be dated and received by US Army Contracting Command, Aberdeen Proving Ground, Tenant Division 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD, 21005-1846, Attention Ms. Thomas. Quotes may be submitted via email to Ms. Thomas; denise.thomas29.civ@mail.mil. Quotes must be received no later than September 22, 2014 @ 2:00 PM Eastern Time (ET). 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. For questions concerning this Request for Quotation contact Ms. Thomas via email denise.thomas.civ@mail.mil. Please provide any questions no later than September 18, 2014 @ 2:00 PM Eastern Time (ET). NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9672bf0ec94aa4bd9081de0c950ce967)
 
Place of Performance
Address: Army Contracting Command, Aberdeen Proving Ground, Tenant Division (ACC-APG, TD) 6001 COMBAT Drive, 2nd Floor, Room C2-101 Aberdeen Proving Ground MD
Zip Code: 21005-1846
 
Record
SN03518389-W 20140920/140918235938-9672bf0ec94aa4bd9081de0c950ce967 (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.