Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
MODIFICATION

66 -- Custom Cleanroom Laboratory Installation

Notice Date
7/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0074
 
Response Due
8/10/2015
 
Archive Date
9/26/2015
 
Point of Contact
DeAnna Sivage, 575-678-4963
 
E-Mail Address
ACC-APG - Adelphi
(deanna.m.sivage.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this modification is to extend the close date to 10 August 2015 as well as to post revisions to the solicitation (Section C.2.3.5) as well as to post attachemnts and a questions and answers document. Please review below and attached for changes. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is: W911QX-15-T-0074. This acquisition is issued as an Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular 2005-82. (iv) The associated NAICS code is: 236210. The small business size standard is $36.5 million. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): * CLIN 0001: Clean Room for B4600, L1124 in accordance with below Performance Work Statement (PWS). * CLIN 0002: Contractor Manpower Reporting (vi) Description of requirements: Performance Work Statement (PWS) (document also attahced) C.1 Scope Renovations and clean room design and installation in L1124 of Building 4600 at Aberdeen Proving Ground. C.2 Requirements The Contractor shall complete laboratory renovations, clean room design, and installation in L1124 of Building 4600 at Aberdeen Proving Ground that meets the following minimum requirements: C.2.1. Base level clean room requirements: C.2.1.1 A 43 foot long, by 31 foot wide, by 12 foot tall clean room, with a separate but adjoining 18 foot long, by 11 foot wide, by 10 foot tall ante-room / electrical room / storage room that is custom designed to the existing wall spacing within L1124 of building 4600. The custom cleanroom shall conform to the current laboratory walls and the contractor shall include in this design all the necessary electrical, mechanical, and plumbing systems. The ante-room / electrical room / storage room will be located in the adjacent laboratory, L1118 and connected through a doorway. C.2.1.2 304 stainless steel hard wall, class 100,000 clean-room with antechamber. This shall include all walls with the exception of the ceiling. The ceiling shall be anodized aluminum or stainless steel 4 foot by 2 foot grids with a white polypropylene insert for the grids. C.2.1.3 Air conditioning, temperature, and humidity control. The Contractor shall ensure the temperature is controllable to plus or minus 2 degrees for any temperature value specified within a 65 and 72 degrees Fahrenheit range and humidity is controlled to plus or minus 5 percent for any specified humidity level within the range of 45 to 25percent relative humidity. The clean room shall contain gauges to monitor and control temperature and humidity. C.2.1.4 The Contractor shall seamlessly integrate the clean room in L1124 with the existing clean room in L1130. Key components for integration include the temperature and humidity conditions of both rooms, as well as the emergency exhaust capability of each room. C.2.1.5 The Contractor shall design and build a turn-key clean room laboratory and integrate all laboratory facilities and electrical requirements with the nearest available facilities and electrical supply within building 4600. The Contractor is responsible for bringing all these facilities from the nearest available building location to the laboratory, per local code and best practices. C.2.1.6 The Contractor shall supply the electrical, air, water, and nitrogen facilities requirements for the equipment, as well as required drainage and water returns required within the clean room laboratory. The Contractor shall supply a 6 foot stainless steel fume hood and a 4 foot stainless steel sink. The Government will provide the following as Government Furnished Property (GFP): bi-component fiber spinning line, a multi-layer cast film line, a film winding/unwinding station with a drawing oven between the winding and unwinding sections, a two (2) roll mill, a fiber electrospinner, and a rotary jet spinner, which will all be located internal to the cleanroom. The Contractor is responsible for connecting the GFP to the electrical, press, air, water, and / or nitrogen facilities within the cleanroom. C.2.1.7 The Contractor shall certify the clean room and all systems within the clean room. It shall meet State, federal, Aberdeen Proving Ground, and normal construction practice building codes and standards. C.2.1.8 The Contractor shall provide training for four (4) individuals in all the clean room systems, operation, and upkeep. C.2.1.9 The Contractor shall warranty the clean room for one (1) year after final certification of all systems. The warranty shall cover all aspects of the cleanroom including electrical, mechanical, structural, plumbing, materials, workmanship, etc. C.2.1.10 The Contractor shall obtain / provide all permits, permissions, and structural engineering support for any aspect of the clean room that requires it. C.2.1.11 The Contractor shall ensure that the clean room and all aspects associated with the clean room comply with the appropriate state, federal, or Aberdeen Proving Ground code, requirements, and acceptable construction practices. C.2.1.12 The Contractor shall ensure processing line alignment through laser aligning or similar protocol for the Government Furnished Property (GFP) fiber line and multilayer cast film line. In addition for the fiber and multilayer film line, the Contractor shall install a level rail system or a similar marking / alignment system on the floor to ensure equipment alignment and planarity, even with the various equipment configurations. C.2.1.13 Exhaust, make-up air, and ventilation systems for this clean room requires integration with the current Metasys control system and coordination with Johnson Controls, Inc, which currently maintains these systems within building 4600. The Contractor contact shall contact the COR to coordinate a meeting/call with Johnson Controls to facilitate work coordination to integrate the systems. C.2.1.14 Any roofing related work or building roof penetrations must be coordinated with the building roofing contractor, RSSI, to ensure that the roof warranty is maintained. The Contractor shall contact the COR to coordinate a meeting/call with RSSI to facilitate work coordination to integrate the systems. C.2.2 Ceiling requirements: C.2.2.1 Ceiling shall contain extruded grids with an anodized finish that are 2 feet by 4 feet for the light supports and filter supports. C.2.2.2 The ceiling shall contain fluorescent light modules that fit into the 2 feet by 4 feet ceiling grid. Each light module shall be made of a finished metal housing with light bulbs, and flush mounting with the clean room ceiling grid. The lights shall operate at 120/277V AC / 60 Hz power and are UL listed. The room shall contain enough lighting modules to comply with current code for a room of this size, and a room brightness that is equivalent to the current L1130 cleanroom. C.2.2.3 The clean room shall contain an ionizing system to neutralize static charge throughout the room, including the entire length, width, and height of the cleanroom. The ionizing system shall contain an on-off switch allowing the system to be used or unused on command. This ionizing system can consist of ionizing bars to neutralize surface charges and protect against electrostatic discharge, with approximate dimensions of 2 inches high by 2 inches wide by 4 feet long, that are dispersed throughout the cleanroom ceiling and walls; or an ionizing system integrated directly in series with the supply air for the room; or a combination of the two (2). The ionizing bars (if used) shall include power supply with LED indicator light, and low voltage cable assembly. The Contractor shall mount the ionizing bars near the ceiling or on walls with wiring that is not visible within the clean room space. C.2.2.4 The clean room ceiling shall contain thermally activated sprinkler heads within all portions of the clean room per current code. The Contractor shall connect the clean room sprinkler system to the current water supply for the existing laboratory ceiling sprinkler system. This sprinkler system internal to the cleanroom, electrical / storage, and anteroom shall be coordinated and approved by the Aberdeen Proving Ground Fire Department. The Contractor shall contact the COR to coordinate a meeting/call with Aberdeen Proving Ground Fire Department to facilitate work coordination to integrate the systems. C.2.3 Exhaust and HVAC requirements: C.2.3.1 The Contractor shall provide 7500 cubic feet per minute (cfm) of exhaust capability to the clean room. The Contractor shall supply the exhaust to one (1) 6 foot chemical fume hood at a drawing rate of 1000 cfm, and ten (10) exhaust drops that will provide equipment ventilation operating at 300 cfm per each drop. The remaining 3500 cfm of exhaust shall remain available for future growth of the laboratory research. C.2.3.2 The Contractor shall supply the required temperature and humidity conditioned make up air to balance the room given all clean room exhaust, particulate control, temperature, and humidity requirements. C.2.3.3 The Contractor shall supply the exhaust fans necessary to provide the exhaust capability, or will tap into the existing exhaust fan above the neighboring laboratory to provide the exhaust capability. The Contractor shall run all exhaust ductwork internal to the laboratory and external to the laboratory or building in order to meet the clean room requirements. The Contractor shall perform roof and / or wall penetrations required to meet the exhaust requirements for the clean room, while maintaining structural integrity for the room, laboratory, and building. The Contractor shall obtain and utilize a structural engineer for any roof and / or wall penetrations. C.2.3.4 The Contractor shall supply all necessary air conditioning, heating, humidifying, and dehumidifying units to meet the clean room requirements, as well as all ductwork, control systems, dampers, and damper controls to meet the clean room requirements. Preferably, these units shall be located on the ground external to the laboratory of building 4600. A ground unit is limited to a ten (10) foot by thirty two (32) foot footprint. The Contractor shall install the required structural concrete pad and protective concrete bumpers for the system and set the ground unit on this concrete pad. The Contractor shall perform all external wall penetrations that are required. The Contractor shall consult a structural engineer to provide parameters for the wall penetrations and concrete pad installation. As an alternative, a ground unit can potentially be elevated on a platform external to the laboratory to enable a larger footprint if necessary. However, the platform must have a ladder and rail system compliant with current safety codes, that also allows access to the equipment for maintenance. In addition, the platform shall be at least 10 feet tall to enable people and equipment to move underneath the platform. If a platform is necessary, the Contractor shall consult a structural engineer to provide parameters for the platform and platform support structure. Rooftop units can potentially be utilized to meet the cleanroom requirements if necessary. The Contractor shall be responsible for ensuring that the rooftop work is structurally sound and that the roof warranty is maintained. If a structural engineer is contacted regarding this, documentation from that structural engineer indicating structural soundness shall be obtained by the Contractor and provided to the COR. C.2.3.5 The Contractor shall determine the air handling systems size and design based on the total clean room size (including main clean room area, ante-room, and electrical storage cabinet), clean room class, temperature control at any set point between 65 and 72 degrees Farenheit, humidity control at any set point between 25 and 45 percent RH for these temperatures, total exhausted air of 7500 cfm, and outside air condition extremes for the Baltimore Maryland area. In addition, the Contractor shall consider the heat load from the government furnished equipment when sizing the air handling systems to ensure that the temperature, humidity, and particulate requirements for the clean room can be met, while the government furnished equipment is operating. Baltimore, Maryland temperature extremes shall be used from the latest ASHRAE Handbook. The cleanroom shall maintain particulate air quality as well as control temperature and humidity day and night all year, therefore the Contractor shall design the HVAC system preferably to the extreme annual design conditions for this area or at minimum for the 99.6 percent design criteria for annual heating and humidification conditions, and for the 0.4 percent design criteria for the annual cooling and dehumidification design conditions. The Contractor shall provide the price option for extreme annual design conditions and the 99.6/0.4 percent design conditions if a substantial price difference exist between the two. The Contractor shall list all assumptions in the design. C.2.3.6 The HVAC system shall run on a combination of electric and gas. The Contractor shall supply the electrical power from the main electrical feed in building 4600 and connect to the existing gas supply in building 4600 to run the HVAC unit. C.2.3.7 The Contractor shall install additional rooftop exhaust capability to provide a back-up emergency exhaust for both laboratory L1130 and L1124. This emergency exhaust shall integrate with the clean room controls of both L1124, as well as L1130. L1130 currently has a class 100,000 cleanroom with the same temperature and humidity requirements. The additional exhaust fan/fans shall cycle on and off regularly and interchangeably with the exhaust fan currently serving L1130. However, in the event of a mechanical failure of the exhaust fan in either L1130 or L1124, the duplicate exhaust fan shall provide emergency exhaust capability to either laboratory. All required ductwork, control systems, dampers, and damper controls shall be installed and integrated in order to provide this emergency exhaust capability. This back-up exhaust capability will be tied in with the building emergency power generators to ensure that the cleanrooms function even in the event of a power outage. C.2.3.8 L1124 shall have an additional rapid emergency exhaust system where the air of the clean room can be rapidly and directly exhausted through the exhaust system, without any recirculation within the clean room, in the event of a catastrophic hazard generation in the laboratory. The system shall operate through an emergency on/off button located both internal and external to the laboratory, with one (1) emergency on/off button on each wall of the laboratory. C.2.3.9 Each of the ten (10) exhaust drops shall operate on a minimum of 290 cfm. For each exhaust drop, the Contractor shall install a 10 inch stainless steel sleeve through the cleanroom ceiling, extending approximately 2 feet into the room, and provide the appropriate exhaust connection to the exhaust fan. All ductwork visible in the clean room shall be stainless steel. Ductwork above the clean room ceiling shall be standard grade. Internal to the cleanroom the stainless steel sleeve shall be connected to an adjustable, swinging arm exhaust system, enabling the exhaust opening to be directed to a specific nearby location within the room. C.2.3.10 The Contractor shall supply a 6 foot chemical fume hood from Labconco with color, cabinets, and bench top that matches the hood in L1130. The fume hood cabinets should be flammable cabinets. The fume hood shall have two (2) 120 V outlets, as well as a sink and water, nitrogen, and vacuum service, installed by the Contractor. The Contractor shall connect the fume hood to the exhaust and ensure appropriate flow per the hood specifications. The ductwork visible from the clean room shall be stainless steel. C.2.3.11 The Contractor shall supply a 4 foot stainless steel sink and faucet for L1124 and connect to the floor drain and water supply. C.2.3.12 The exhaust and HVAC systems in both L1124 and L1130 shall be integrated into a joint control system where both laboratories can be controlled independently or in conjunction with each other. The control panel for L1124 shall be capable of controlling L1124 as well as L1130 and vice versa. C.2.3.13 The primary and back-up exhaust system for both the new L1124 cleanroom and the existing L1130 cleanroom shall be connected to the building back-up generator and operate fully in the event of a power outage. In addition, the HVAC and dehumidification systems for both L1124 and L1130 cleanrooms shall be integrated with the building back-up generator system and operate in the event of a power outage. In the event of a power outage both the L1130 and L1124 cleanrooms shall maintain a temperature between 65 and 72 degrees Celcius, a relative humidity of 40 to 45 percent or lower, as well as maintaining the cleanroom air particulate count requirements for a class 100,000 cleanroom. The contractor shall be responsible for providing and installing electrical materials and labor necessary to execute this task, such as automatic transfer switches, connections, wiring, conduit, breakers, etc. Any new automatic transfer switches must be compatible with the existing Onan generators and be able to properly communicate with the existing building back up generator system. Automatic transfer switches can be located in the plant power room, near the new electrical panels, or in the electrical / storage area of the L1124 cleanroom. Automatic transfer switch locations shall be approved by ARL prior to installation to assure proper ingress and egress. C.2.4 Electrical requirements: C.2.4.1 The Contractor shall use available 480 V, 60 Hz, three (3) phase power in the building to power the clean room and all systems and equipment associated with the clean room. A total of 1400 Amps of 480 V, 60 Hz, 3 phase power is available from the building electrical power plant, located directly across the hallway from L1124. The contractor shall bring all of this power from the plant to the panels operating the cleanroom and the equipment within the cleanroom. Contractor will provide and size panels to handle the operation of the cleanroom and the current government furbished equipment within the cleanroom, as well as allowing for full use of this electrical power for expansion in the future. Any electrical work within the electrical power plant, such as installation of main breakers or automatic transfer switches shall be coordintated 30 days in advance and be executed on weekends to minimize impact to the rest of the laboratory operations. In addition, a busway in the hall adjacent to L1124 contains 70 Amps of 208 V power, which can be used to power the cleanroom or equipment within the clean room. C.2.4.2 The Contractor shall install the laboratory equipment including all electrical connections for this equipment, which will run on a total power draw of approximately 1000 Amps of 480 V, 60 Hz, three (3) phase power. C.2.4.3 The Contractor shall purchase and install all wiring for the clean room systems and the equipment within the clean room, purchase and install all necessary electrical panels and breakers for the clean room and equipment within the clean room, as well as provide the main breakers and electrical feed from the building 4600 electrical feed supply to L1124 to power the clean room and the equipment within the clean room. C.2.4.4 All the electrical work shall be conducted by a certified electrician that is licensed in Maryland per all local codes and best practices. C.2.4.5 All the electrical panels for the clean room systems and equipment within the clean room shall be located in a separate electrical room adjacent to the laboratory. The Contractor shall install the electrical room, which can be located either in the hallway adjacent to the laboratory next to the laboratory entrance or in the neighboring laboratory next to the ante-room. The Contractor shall run the electrical power from the main building power supply to the electrical room to connect to these panels, and then from these panels to the various components of the clean room and clean room equipment. C.2.4.6 The Contractor shall supply the requisite electrical panels. C.2.4.7 The Contractor shall install 30 of 120V, 60 Hz single phase power outlets throughout the room, 10 of 240 V, 60 Hz single phase power outlets throughout the room, and 10 of 208 V, 60 Hz single phase power outlets throughout the room. These outlets will nominally be evenly spaced and be located on the side of the cleanroom walls with the exact positions determined during installation and confirmed by the technical point of contact. C.2.5 Wall and ante-room requirements: C.2.5.1 The Contractor shall install a cleaned ante-room and electrical / storage area in the neighboring laboratory, L1118 and provide access to L1124 by installing a door through the wall separating the two laboratories. The Contractor shall be responsible for all wall penetrations whether the wall be standard frame construction, block wall, reinforced concrete, etc. The Contractor shall install new clean room compliant flooring in the ante-room and electrical / storage area, which is currently a raised floor with removable square inserts as the flooring. These areas shall have the same wall, ceiling, and lighting structure as the main clean room area. The anteroom and electrical / storage area flooring and flooring support system must be capable of supporting two (2) processing equipment extruders that weigh 650 pounds for each extruder, as well as supporting an additional 1000 pounds of ancillary equipment, materials and supplies. C.2.5.2 The Contractor shall ensure that the ante-room and electrical / storage area are kept under the same environmental conditions as the cleanroom, with regards to temperature, humidity, and particulate control. C.2.5.3 The Contractor shall remove and replace the two (2) sets of existing laboratory double doors with fire-rated doors, emergency egress doors that open outward into the hallway. These emergency doors shall contain a panic bar connected to building alarm. The doors shall not have outside handles, and at least the top half of the door will be see through glass. The connection to between the building alarm and the emergency egress doors must be capable of a temporary disconnection to allow for movement of large equipment into and out of the lab on rare occasions. C.2.5.4 The Contractor shall install a 6 foot tall by 10 foot long glass viewing area near one of the double doors to facilitate external observation of the laboratory operations and equipment. The Contractor shall ensure all wall penetrations and support structures are installed to the windows whether the wall be standard frame construction, block wall, reinforced concrete, etc. C.2.5.5 The Contractor shall obtain structural engineering support for any wall penetrations, flooring designs, or building modifications required to support the clean room, clean room viewing area, ante-room, or electrical/storage room. C.2.5.6 Currently room L1124 has a garage door to the outside parking lot, which is disconnected. The door is important for moving large equipment into or out of the cleanroom. The Contractor shall replace the garage door including door, electrical lift, mechanical lify, and seals for the L1124 cleanroom and install a cleanroom certified removable panel wall in front of the garage door internal to the cleanroom to allow access to the garage door. The removable panel wall should be composed of the same stainless steel face material as the internal cleanroom. The height of the removable panel wall shoud be between 8 feet and 10 feet tall, and have a width of 8 feet to enable movement of equipment. C.2.6 Equipment facilities requirements: C.2.6.1 The Contractor shall install an anodized aluminum tray with any required support structure above both the fiber line and cast film line within L1124. The contractor shall ensure this tray is located at a height of 10 feet and will house all electrical outlets, and connections, as well as exhaust, water, nitrogen, and air inlet and outlet lines to fully operate the equipment. The Contractor shall design the tray and all the electric and plumbing associated with the tray so that the electrical wiring and plumbing is accessible from the clean room but not readily observable. C.2.6.2 The equipment shall connect to the tray through quick connect / disconnect fittings and electrical receptacles that are compatible with the equipment plugs. The Contractor shall make necessary connections of electrical wiring, plugs, water, nitrogen, and air to the equipment and from the equipment to the tray fittings. C.2.6.3 The Contractor shall provide stainless steel tables, benches, cabinets, etc per the final clean room design. C.3 Deliverables C.3.1 The Contractor shall provide the COR with a basic drawing of the cleanroom installation plan for COR review and concurrence within one (1) week of contract award. The plan shall be provided in electronic format. C.3.1 The Contractor shall conduct a conference call within two (3) weeks of contract award to review specifications. This call shall be coordinated with the COR and shall include COR, Technical Point of Contact (TPOC), facilities staff, and Contractor staff. C.3.3 The Contractor shall provide the COR with an 80 percent drawing with details of all systems as required in sections C.1 and C.2 for COR concurrence/approval within six (6) weeks of contract award. The Contractor shall provide an electronic format as well as conduct an on-site meeting to review the drawings with the COR. C.3.4 The Contractor shall provide the COR with an 95 percent drawing with details of all systems as required in sections C.1 and C.2 for COR concurrence/approval within six (8) weeks of contract award. The Contractor shall provide an electronic format as well as conduct an on-site meeting to review the drawings with the COR. C.3.5 The Contractor shall hold weekly status meetings with the COR to discuss the overall progress of the cleanroom installation plan as well as the final installation. C.4 Building Security Access C.4.1 Building 4600 at Aberdeen Proving Ground is a secure facility therefore all contractor workers shall be US Citizens and shall not have dual citizenship with another country without prior approval by the Army Research Laboratory (ARL) Security Office. Any workers in the building must be approved for unescorted access by the ARL Security Office. The contractor is responsible for obtaining unescorted access to building 4600 and for escorting workers that have not been approved for unescorted access. C.5 Warranty C.5.1 The Contractor shall provide a full warranty on the system for one (1) year beginning the first day after post-installation acceptance by the Technical Point of Contact (TPOC). (vii) Delivery is required: within eight (8) weeks After Receipt of Order (ARO). Delivery shall be made to US Army Research Laboratory, Aberdeen Proving Ground, MD. Acceptance shall be performed at US Army Research Laboratory, Aberdeen Proving Ground, MD. The FOB point is US Army Research Laboratory, Aberdeen Proving Ground, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) records of relevant sales from the previous twelve (12) months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6 Restrictions On Subcontractor Sales To The Government (Sep 2006) Alternate I (Oct 1995), 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013), 52.209-10 (Prohibition on Contracting With Inverted CDomestic Corporations (Dec 2014), 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011), 52.219-8 Utilization of Small Business Concerns (Oct 2014), 52.219-14 Limitations on Subcontracting (Nov 2011), 52.219-28 Post Award Small Business Program Rerepresentation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 equal Opportunity for Veterans (Jul 2014), 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014), 52.222-37 Employment Reports on Veterans (ul 2014), 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013). (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.203-3 Gratuities (Apr 1984), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.204-0001 Line Item Specific: Single Funding (Sep 2009), 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7012 Preference for Certain Domestic Commodities (Feb 2013), 252.225-7012 Preference for Certain Domestic Commodities (Dec 2014), 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Dec 2014), 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.243-7002 Requests for Equitable Adjustment (Dec 2012), 252.244-7000 Subcontracts for Commercial Items (Jun 2013), 252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992), 252.247-7023 Transportation of Supplies by Sea (Aug 1992). Full Text clauses: 252.232-7006 Wide Area Workflow Payment Instructions (May 2013); 252.211-7003 Item Unique Identification and Valuation (Dec 2013); APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4412 Contracting Officer's Representative (COR) (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.205-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts (Aug 2006); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website APG-ADL-H.5152.211-4401 Alt I Receiving Room Requirements- APG Alternate I (Jan 2003) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) ACC-APG 5152.237-4900 Accounting For Contract Services Requirement - Enterprise-Wide Contractor Manpower Reporting Application (June 2013) APG-ADL-C.5152.237-4400 Army Research Laboratory Non-Personal Services (Jul 2012) APG-ADL-D.5152.004-4400 Distribution Statement A (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None. (xv) The following notes apply to this announcement: Prices given in bids shall be in US dollars and valid through the time of payment (30 days after invoicing). (xvi) Offers are due on 10 August 2015, by 10:00 AM EST, via email to: Ms. DeAnna Sivage, deanna.m.sivage.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Ms. DeAnna Sivage, Contract Specialist, (575) 678-4963, deanna.m.sivage.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1bfd19b74ada44f23006ed5249a6690e)
 
Place of Performance
Address: US Army Contracting Command - APG Adelphi Contracting Division Aberdeen Proving Ground (APG) APG, MD
Zip Code: 21005-5001
 
Record
SN03812632-W 20150730/150728235136-1bfd19b74ada44f23006ed5249a6690e (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.