Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2016 FBO #5359
SOLICITATION NOTICE

54 -- Personnel Decontamination Structures (PDS) - Package #1

Notice Date
7/24/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56ZTN) Garrison Contracting Division, 6001 Combat Drive, Aberdeen Proving Ground, Maryland, 21005-0000, United States
 
ZIP Code
21005-0000
 
Solicitation Number
W91ZLK-16-T-0189
 
Archive Date
8/19/2016
 
Point of Contact
Susan L. Sowa, Phone: 4438614738
 
E-Mail Address
susan.l.sowa.civ@mail.mil
(susan.l.sowa.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification Attachment 2 Past Performance Information Request Attachment 1 Specifications and Requirements 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; quotations are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-16-T-0189. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. The Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order for two (2) new Personnel Decontamination Structures (PDS) Brand Name Sprung Instant Structures, in accordance with the attached W91ZLK-16-T-0189 PDS Specifications and Requirements Attachment 1. Purchasing of the PDS(s) will be in accordance with this solicitation, Attachment 1, Attachment 2, FAR Part 12 and FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items. This requirement is not being procured in accordance with FAR Part 8 and only Open Market, NOT General Service Administration GSA quotations are being accepted from responsible contractors. This requirement is set-aside for small business, the NAICS code is 332311 and the size standard is 500. NOTE to Offerors: Offers shall note the lead time or approximate delivery date for items offered. Acceptance, inspection and installation shall be at Destination: U.S. Army, Pine Bluff Arsenal 71602 CLIN 0001 Description of the Requirements: The Army Contracting Command-Aberdeen Proving Ground, Tenant Division, Technologies Branch in support Edgewood Chemical Biological Center (ECBC) of the Aberdeen Proving Grounds requires two (2) new Personnel Decontamination Structures (PDS) Brand Name Sprung Instant Structures, in accordance with W91ZLK-16-T-0189 PDS Specifications and Requirements Attachment 1, ATTACHED. The following provisions and clauses will be incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.203-13, Contractor Code of Business Ethics and Conduct FAR 52.204-7, System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.212-1 Instruction to Offerors Commercial Items FAR 52.212-2, Evaluation Commercial Items: The contract will be awarded to the 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/specifications in accordance with attached W91ZLK-16-T-0189 PDS(s) 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: 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 PDS(s) in accordance with the Attachment 1 W91ZLK-16-T-0189 PDS Specifications and Requirements and this Request for Quotations W91ZLK-16-T-0189. 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 PDS(s) that has been manufactured and sold for at least 1 year. Offeror must demonstrate that they have experience, in providing PDS(s) and installation within the last 3 years. Offerors are to complete and submit Attachment 2 Past Performance Installation Form ATTACHED. FAR 52.212-3 The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. FAR 52.203-3 Gratuities FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.212-4 Contract Terms and Conditions Commercial Items. FAR 52.223-11 Ozone Depleting Substances FAR 52.247-34 FOB Destination FAR 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION 2013-O0019) FAR 52.203-13 Contractor Code of Business Ethics and Conduct FAR 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. FAR 52.219-14 Limitations on Subcontracting FAR 52.222-3, Convict Labor FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40 FAR 52.222-54, Employment Eligibility Verification FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E. O. 13658). FAR 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006 FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-2 Buy American Act - Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management FAR 52.239-1, Privacy or Security Safeguards FAR 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.239-1 Privacy or Safeguards FAR 52.246-2 Inspection of Supplies-Fixed Price FAR 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 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7003 Agency Office of the Inspector General DFARS 252.204-7004 Alt A System for Award Management Alternate A DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252-215-7007 Notice of Intent to Resolicit DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy America and Balance of Payment Program DFARS 252.225-7008 Restriction on Acquisition of Specialty Metals DFARS 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings DFARS 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program DFARS 252.225-7038 Restriction on Acquisition of Air Circuit Breakers DFARS 252-225-7048 Export Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.239-7017 Notice of Supply Chain Risk DFARS 252.239-7018 Supply Chain Risk DFARS 252-247-7023 Transportation of Supplies by Sea DFARS 252-247-7024 Notification of Transportation of Supplies by Sea DFARS 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, Technologies Branch 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD, 21005-1846, Attention Ms. Sowa via email susan.l.sowa.civ@mail.mil no later than August 4, 2016 @ 4:00 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. Sowa via email susan.l.sowa.civ@mail.mil. Please provide any questions no later than August 1, 2016 @ 4:00 PM. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a3f37c8024763973c4722cc810f829f)
 
Place of Performance
Address: U.S. Army, Pine Bluff Arsenal, AMSRD-ECB-CB-PBA, 10020 Kabrich, Pine Bluff, Arkansas 71602, Pine Bluff, Arkansas, 71602, United States
Zip Code: 71602
 
Record
SN04193927-W 20160726/160724233106-9a3f37c8024763973c4722cc810f829f (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.