Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOLICITATION NOTICE

76 -- One (1) Year Renewal License of Anthropometric Test Device (ATD) Hybrid III 50th Finite Element (FE) Model, LS Dyna (Part #: CAE-H350D-FA

Notice Date
1/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511120 — Periodical Publishers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0059
 
Archive Date
2/18/2016
 
Point of Contact
James G O'Keefe, Phone: 3013942135
 
E-Mail Address
james.g.okeefe3.civ@mail.mil
(james.g.okeefe3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
(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. The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Humanetics Innovative Solutions, Inc., 47460 Galleon Dr, Plymouth, MI, 48170-2467. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-16-T-0059. This acquisition is issued as a notice of intent to sole source. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85, dated 04 December 2015. (iv) The associated NAICS code is 511210. The small business size standard is $38.5M dollars. (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 - User License of Anthropometric Test Device (ATD) Hybrid III 50th Finite Element Model (PART #: CAE-H350D-FA) (vi) Description of requirements: See section 8(v) for requirement descriptions (vii) Delivery is required No Later Than (NLT) four (4) weeks after contract award. Delivery shall be made to the U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20873. Acceptance shall be performed at the U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20873. The FOB point is DESTINATION. (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: N/A - Sole Source (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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013); 52.219-28, Post Award Small Business Program Representation (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 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014); 52.222-50, Combating Trafficking in Persons (March 2015); 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); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011); 252.203-7005, Representation Relating to Compensation of Former DOD Officials (Nov 2011); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (AUG 2015); 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information (Sep 2011) 252.204-7011, Alternative Line-Item Structure (Sep 2011); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Nov 2013); 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014); 252.211-7003, Item Unique Identification and Valuation (Dec 2013); 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013); 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program - (Nov 2012); 252.232-7003, Electronic Submission of Payment Requests and Receiving (Jun 2012); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); 252.247-7023, Transportation of Supplies by Sea (Apr 2014) (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): 52.204-7 - System for Award Management (July 2013); 52.204-18, Commercial and Government Entity Code Maintenance 52.225-25 Prohibition on Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran - Representation and Certifications (December 2012); 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.252-2 Clauses Incorporated By Reference (February 1998); 252.204-0007 Contract-wide: Sequential ACRN Order (Sep 2009); 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.211-7003 Item Identification and Valuation (June 2011); 252.232-7006 Wide Area Workflow Payment Instructions (May 2011); APG-ADL-B.5152.204-4411, Technical Point of Contact (Dec 2002); APG-ADL-B.5152.204-4409, ACC-APG Point of Contact (Apr 2011); APG-ADL-B.5152.206-4400 Intent to Solicit Only One Source (Sep 2003 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 Certification (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-H.5152.211-4401ALT, Receiving Room Requirements - APG Alternate (Jan 2003) APG-ADL-I.5152.212-4401 DFARS Commercial Acquisition Provisions and Clauses (Mar 2015) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: None (xvi) Offers are due on 02/03/2016 by 11:59pm ET, via email to Mr. James O'Keefe, Contracting Officer, James.g.okeefe.civ@mail.mil, (301) 394-2135 (xvii) For information regarding this solicitation, please contact Mr. James O'Keefe, Contracting Officer, James.g.okeefe.civ@mail.mil, (301) 394-2135
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1bb1e4c2a2d0976b28f87c5ed608f64e)
 
Place of Performance
Address: U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD20783, United States, United States
Zip Code: 20783
 
Record
SN04000754-W 20160128/160126234016-1bb1e4c2a2d0976b28f87c5ed608f64e (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.