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, 2016 FBO #5349
SOLICITATION NOTICE

J -- The Government requires instrument maintenance service on the SOC 100 HDR manufactured by Surface Optics Corporation according to the Performance Work Statement listed below in section vi. - A02-Provisions and Clauses Full Text Attachment

Notice Date
7/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-0211
 
Archive Date
8/6/2016
 
Point of Contact
Jessica R. Camunez, Phone: 5756788283
 
E-Mail Address
jessica.r.camunez.civ@mail.mil
(jessica.r.camunez.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
A02-Provisions and Clauses Full Text Attachment (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. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) 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 Surface Optics Corporation, 11555 Rancho Bernardo Road, San Diego, CA, 92127. 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. (End of clause) (ii) The solicitation number is W911QX-16-T-0211. 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 2005-87-2. (iv) The associated NAICS code is 811310 The small business size standard is $7.5 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: Instrument maintenance service on the SOC 100 HDR manufactured by Surface Optics Corporation CLIN 0002: Contractor Manpower Reporting (vi) Description of requirements: Performance Work Statement (PWS) Repairs to the SOC 100 08 June 2016 C.1 Background: The Government requires a trained and qualified subject matter expert to inspect and evaluate the optics and components of the SOC-100, assess the function and operation of the components and repair or replace componenets not functioning as prescribed by the original equipment manufacturer's specifications. C.2 Requirement: The Contractor shall provide repair services to the SOC 100 HDR at their facility in San Diego, CA according to all the requirements listed below: C.2.1 The Contractor shall supply an appropriate shipping container for the SOC 100 HDR and deliver it to the Technical Point of Contact (TPOC) at APD, MD no later than 30 days after award of contract. The shipping container shall fully protect the SOC 100 HDR so that no damage is incurred to it during shipment to and from San Diego, CA. The Contractor is responsible for all shipping and freight costs associated with transporting the container and SOC 100 HDR. The Contractor shall notify the TPOC of successful receipt of the delivered SOC 100 HDR once delivered to the Contractor's facility. C.2.2 The Contactor shall supply a technician that is qualified and authorized per the Original Equipment Manufacturer (OEM) to perform all service on the SOC 100 HDR. C.2.3. The Contractor shall perform a visual inspection of the components and report any concerns to the TPOC no later than three (3) weeks after receipt of SOC 100 HDR. C.2.4 The Contractor shall replace gas struts, the water switch, the specular gold reference, the infrared source cover and the aperature according to OEM specifications. C.2.5 The Contactor shall perform all replacements and repairs necessary so that the SOC 100 HDR is fully operational and returned to OEM specifications. (vii) Delivery is required no later than two (2) month after contract award. Delivery shall be made to Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), Maryland. Acceptance shall be performed at ARL, APG, MD. The FOB point is ARL, APG, 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: N/A (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: FAR 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.212-3 ALT I OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2015) ALT I (OCT 2014) 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015) 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION 52.222-3, CONVICT LABOR (JUN 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) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DFARS 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 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7035 BAA-FTA IMPLEMENTATION ACT-BOPP CERTIFICATE 252.225-7036 BAACT-FTA IMPLEMENTATION ACT-BOPP 252.225-7036 Alt 1 BAACT-FTA IMPLEMENTATION ACT--BOPP 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.239-7018, SUPPLY CHAIN RISK (NOV 2013) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Dec 2014) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.239-1, PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.204-0009 Contract-wide: by Fiscal Year. (SEP 2009) 252.204-7003 Control of Government Personnel Work Product (APR 1982) 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.5152.204-4411 Technical Point of Contact (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-I.5152.212-4401 DFARS COMMERCIAL ACQUISITION PROVISIONS AND CLAUSES (OCT 2015) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) (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 07/22/2016, by 5:00 PM EST, by email to BOTH jennifer.m.mun.ctr@mail.mil AND jessica.r.camunez.civ@mail.mil. Please note: OFFERS THAT DO NOT INCLUDE BOTH EMAIL ADDRESSES MAY NOT BE ACCEPTED. (xvii) For information regarding this solicitation, please contact Jennifer Mun at Jennifer.m.mun.ctr@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c1edfb67b8d912fb26c3bead3b31e15)
 
Place of Performance
Address: U.S. Army Research Laboratory, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04182418-W 20160716/160714234624-0c1edfb67b8d912fb26c3bead3b31e15 (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.