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, 2015 FBO #4983
SOLICITATION NOTICE

J -- Inspection and Repair of Hitachi HTA Scanning Electron Microscope

Notice Date
7/14/2015
 
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-15-T-0089
 
Response Due
7/24/2015
 
Archive Date
9/12/2015
 
Point of Contact
Ronald McCall, 256-876-8278
 
E-Mail Address
ACC-RSA - (Missile)
(ronald.k.mccall@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-15-T-0089 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 Hitachi High Technologies America, Inc., 1375 N 28th Avenue, Dallas, TX 75261-22208. 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 2005-83. This is a new requirement for the inspection and repair on a Hitachi Scanning Electron Microscope (SEM), (SN: 340617-06), presently housed in Building 5400, Redstone Arsenal, AL. There will be a base period and three option years. The anticipated period of performance for the base year is from date of award through 31 December 2015. If the Government chooses to exercise the option years, they will be for 12 months each. The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: - CLIN 0001 - Base Period - This CLIN will be issued for the inspection and repair for the base period. - CLIN 0002 - Option Year 1 - This CLIN will be issued for the maintenance for the 1st option year. - CLIN 0003 - Option Year 2 - This CLIN will be issued for the maintenance for the 2nd option year. - CLIN 0004 - Option Year 3 - This CLIN will be issued for the maintenance for the 3RD option year. - CLIN 0005 - 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 (QASP) is also attached. The place of delivery, acceptance and FOB point is: US Army RDECOM, WDID RDMR-WDG-N Building 5400 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 52.204-16- Commercial and Government Entity Code Reporting 52.204-18-Commercial and Government Entity Code Maintenance 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 o52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations o52.219-28 - Post Award Small Business Program Representation o52.222-3 - Convict Labor o52.222-21 - Prohibition of Segregated Facilities o52.222-26 - Equal Opportunity o52.222-36 - Equal Opportunity for Workers with Disabilities o52.222-41 - Service Contract Labor Standards o52.222-42 - Statement of Equivalent Rates for Federal Hires o52.222-50 - Combating Trafficking in Persons o52.222-55 - Minimum Wages Under Executive Order 13658 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 o52.233-3 - Protest After Award o52.233-4 - Applicable Law for Breach of Contract Claim 52.217-9 - Option to Extend the Term of the Contract 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.242-15 - Stop-Work Order 52.246-4 - Inspection of Services -- Fixed Price 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 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7011 - Alternative Line Item Structure 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information 252.204-7015 - Disclosure of Information to Litigation Support Contractors 252.223-7008 - Prohibition of Hexavalent Chromium 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 - Subcontracts for Commercial Items 252.247-7023 - Transportation of Supplies by Sea 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. Invoicing and payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. Offerors must fill-in the attached provision, DFARS 252.209-7992 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations, and submit with their quote. Quotes are due no later than 3:00 pm (CST), 24 July 2015 in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Ron McCall at ronald.k.mccall.civ@mail.mil or via facsimile at 256-313-2392, marked to the attention of Ron McCall. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: ACC-RSA, CCAM-RDB ATTN: Ronald K. McCall 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 Ron McCall via email at ronald.k.mccall.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aa812a21331453e2e3c97963cb241b9f)
 
Place of Performance
Address: US Army RDECOM, WDID RDMR-WDG-N, Building 5400 Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03795567-W 20150716/150714234805-aa812a21331453e2e3c97963cb241b9f (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.