Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
SOLICITATION NOTICE

66 -- SOLE SOURCE – VRC Metal Systems manufactured Cold Spray Replacement Parts - COMBO SYNOPSIS SOLICITATION

Notice Date
11/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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-17-T-0031
 
Archive Date
12/21/2016
 
Point of Contact
Ariel M. Amey, Phone: 3013941081
 
E-Mail Address
ariel.m.amey.civ@mail.mil
(ariel.m.amey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PROVISIONS AND CLAUSES FULL-TEXT ATTACHMENT COMBO SYNOPSIS SOLICITATION (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) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The name of the company the Government intends to award a contract to is VRC Metal Systems LLC located at 525 University Loop Ste 211, Rapid City SD 57701-4036. 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-17-T-0031. This acquisition is issued as an Request for Proposal. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 01 November 2016. (iv) This acquisition is set-aside for N/A The small business size standard is N/A (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: Quantity of twenty (20) 3/8" X 10' 402X t316 SS HOSE w/ 3/8" FEM JIC Swivel Each End, Item # GSTR0001, each CLIN 0002: Quantity of ten (10) 3/8" X 20' 402X T316 SS HOSE w/ 3/8" FEM JIC Swivel Each End, Item #: GSTR0002, each CLIN 0003: Quantity of twenty (20) 1/2" X 10' 402X T316 SS HOSE w/ 1/2" FEM JIC Swivel Each End, Item #: GSTR0003, each CLIN 0004: Quantity of ten (10) 1/2" X 20' 402X T316 SS HOSE w/ 1/2" FEM JIC Swivel Each End, Item #: GSTR0004, each CLIN 0005: Quantity of two (2) 20' Hand Held Gun cabling(+TC wire), Item #: ELEC0010, each CLIN 0006: Quantity of twenty (20) NZZL0058; Tungsten Carbide Nozzle (1.75-5x200mm), Item #: NZZL0058, each CLIN 0007: Quantity of twenty Tungsten Carbide Nozzle (2-6.3x200mm), Item #: NZZL0060, each CLIN 0008: Quantity of one (1) 90 Degree Adapter, each CLIN 0009: Quantity of five (5) Tungsten Carbide Nozzle for Adapter, Item #: NZZL0042, each CLIN 0010: Quantity of ten (10) PBI Nozzle for Adapter, Item #: NZZL0039, each CLIN 0011: Shipping to Aberdeen Proving Ground, MD 21005 (vi) Description of requirements: NA (vii) Delivery is required by ten (10) weeks After Date of Contract (ADC). Delivery shall be made to Aberdeen Proving Ground, MD 21005-5066. Acceptance shall be performed at Government. 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: Not Applicable (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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 (JUL 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 1 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 REREPRESENTATION (JUL 2013); 52.222-3 CONVICT LABOR (JUN 2003); 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014); 52.222-26 EQUAL OPPORTUNITY (MAR 2007); 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUL 2014); 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014); 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (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); 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (OCT 2015); 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; 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); 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992); 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015); 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); 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012); 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012); 252.225-7048 EXPORT-CONTROLLED ITEMS (JUNE 2013); 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (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 (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): 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998),252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011), 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); APG-ADL-B.5152.204- 4409 ACC - APG POINT OF CONTACT (APR 2011), APG-AD;-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-ADLG. 5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999), APG-ADLH. 5152.211-4401ALT RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003); APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE (FEB 2012); (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 06 December 2016, by 11:59 Eastern Standard Time (EST) via email to nicole.g.hernandez2.civ@mail.mil (xvii) For information regarding this solicitation, please contact Nicole Hernandez (575) 678-4349, nicole.g.hernandez2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b493db438a3efe5bdf562e9a71f86e0e)
 
Record
SN04338422-W 20161201/161129234506-b493db438a3efe5bdf562e9a71f86e0e (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.