Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

60 -- Fiber Optic Strain Measurement System

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-17-T-0008
 
Archive Date
8/29/2017
 
Point of Contact
Beth K Chapman, Phone: 7578784827, Beth K Chapman, Phone: 7578784827
 
E-Mail Address
beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil
(beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The Aviation Development Directorate Contracting Division, U.S. Army Contracting Command, Fort Eustis, Virginia intends to award a firm-fixed-price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The solicitation number is W911W6-17-T-0008 and is issued as a request for quotations. The proposed contract action, a commercial item purchase in accordance with FAR Part 13, Simplified Acquisition Procedures, is for one (1) Fiber Optic Strain Measurement System, to be used on multiple materials including composite systems (fiberglass, carbon fiber, etc.) and metals (aluminum, steel) to measure strain and have the ability to output signals to an existing data acquisition system. This system shall have the ability for the user to select the measurement location without having to adjust the fiber once it has been bonded to the material. The Government shall be responsible for system hookup. Delivery time, shipping charges, and warranty terms shall be included in the quote. Delivery, Inspection, Acceptance and F.O.B. Point are at Destination, Fort Eustis, VA 23604. Completion date shall be not later than 2 months after contract award. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Provisions incorporated by reference include FAR 52.203-18, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation; FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-20, Predecessor of Offeror; FAR 52.204-22, Alternative Line Item Proposal; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Clauses incorporated by reference include FAR 52.203-19, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-0001, Line Item Specific, Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001); DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Pursuant to FAR 52.212-2, Evaluation--Commercial items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) technical capability and (2) price. The applicable North American Industry Classification Standard (NAICS) code is 334519. The small business size standard is 500. Interested sources may identify interest and capability to respond to the requirement or submit quotes. The Government will review and consider all quotes received meeting the criteria stated above, within the closing date set forth in this notice. Companies shall reference W911W6-17-T-0008 in all correspondence with the Government. The successful offeror must submit their invoices through the Wide Area WorkFlow website http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Quotes are due not later than 14 August 2017, 2:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Beth Chapman by email at beth.k.chapman.civ@mail.mil (757-878-4827).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7e83a89729c286f033b7b555ef713743)
 
Place of Performance
Address: Building 401, Lee Boulevard, Fort Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN04618819-W 20170810/170808233318-7e83a89729c286f033b7b555ef713743 (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.