Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOLICITATION NOTICE

36 -- CMM Calibration Services - Attachment 01, Statement of Work - Attachment 02, Pricing Spreadsheet - Wage Determination

Notice Date
11/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-17-T-CALI
 
Archive Date
12/28/2017
 
Point of Contact
Zachary J. Street, Phone: 3097825439, Cindy K. Wagoner, Phone: 3097820182
 
E-Mail Address
zachary.j.street.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(zachary.j.street.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination, Crane Price Evaluation Sheet Statement of Work 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 in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W52P1J-17-T-CALI. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This solicitation is a 100% Small Business Set-Aside. The NAICS code for this procurement is 811219; the Small Business Size Standard is $20,500,000.00. The Federal Service Code is J036. Offers must be registered within the System of Award Management (SAM) databased in order to receive an award against this solicitation. The website for SAM is https://www.sam.gov. DESCRIPTION OF REQUIREMENT This solicitation is issued for the following: Description: Calibration Services, as described in the Statement of Work (SOW) at Attachment 01. The services are required for Coordinate Measurement Machines located at Crane Army Ammunition Activity, Crane, Indiana (Crane). TYPE OF ACQUISTION AND CONTRACT This acquisition is issued as a 100% Small Business Set-Aside. The Army Contracting Command - Rock Island (ACC - RI) intends to award a Firm Fixed as follows: Purchase Order for 1 Base Period with 4 Option Periods CLIN STRUCTURE CLIN 0001: Calibration Services, Base Period CLIN 0002: Calibration Services, Option Period 1 CLIN 0003: Calibration Services, Option Period 2 CLIN 0004: Calibration Services, Option Period 3 CLIN 0005: Calibration Services, Option Period 4 Note: The government is not obligated to purchase services for the Options Periods listed above. See Option Clauses FAR 52.217-5, FAR 52.217-8, and FAR 52.217-9 below. PERIOD OF PERFORMANCE Base Period: Date of Award - 30 November 2018 Option Period 1: 1 December 2018 - 30 November 2019 Option Period 2: 1 December 2019 - 30 November 2020 Option Period 3: 1 December 2020 - 30 November 2021 Option Period 4: 1 December 2021 - 30 December 2022 QUOTE SUBMISSION REQUIREMENTS The following shall be submitted in response to this solicitation: (1) Quote (Offered Price) for the Base Period and all Option Periods on the Pricing Spreadsheet, see Attachment 02. Prices must be submitted for each listed CLIN. Prices shall be to two decimal points only. (2) Company Name/Cage Code/DUNS Number (3) Point of Contract (Name/Title/Phone Number/Email Address) (4) ANAB Accredited Calibration Laboratory to the ISO/IEC 17025 Standard Certificate LISTING OF ATTACHMENTS Attachment 01, Statement of Work Attachment 02, Pricing Spreadsheet Wage Determination, Crane BASIS FOR AWARD In accordance with FAR 52.212-(g), the Government intends to award a contract against this solicitation without discussions. In accordance with FAR 12.602, Streamlined Evaluation Procedures will be utilized for this procurement. Award will be made on price only to the offeror who provides the lowest Total Evaluated Price, who is determined to be responsible and who is compliant with all requirements of this Solicitation, to include submission of all items listed under the Quote Submission Requirements Heading. Total Evaluated Price is calculated as: CLIN 0001 Price + CLIN 0002 Price + CLIN 0003 Price + CLIN 0004 Price + CLIN 0005 Price. Award will be made on a Firm Fixed Price Basis. DELIVERY CAAA Receiving hours are 0700 - 1430 BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK; Mon - Thurs; appointments will be made via a Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)-854-2199 or (812)-854-2339, 48 hours prior to delivery for appointment. Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away. Crane Army Ammunition Activity Building 148 300 Highway 361 Crane, IN 47522 CLAUSES The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulations (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offers - Commercial Items FAR 52.212-3 Alt I Offer Representations and Certifications - Commercial Items, Alternate I FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Within FAR 52.212-5, the following optional clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-28, Post Award Small Business Program Representation 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 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management FAR 52.222-41, Service Contract Labor Standards FAR 52.217- 8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The contracting officer may exercise the option by written notice to the contractor within 20 days of the expiration date of the contract. FAR 52.217-9, Option to Extend the Term of the Contract (a) The government may extend the term of this contract by written notice to the contractor within 10 days of the contract expiration; provided that the Government gives the contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises the option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. FAR 52.203-3, Gratuities FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.217-5, Evaluation of Options FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Are Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.246-7003, Notification of Potential Safety Issues DFARS 252.246-7008, Sources of Electronic Parts DFARS 252.247-7023, Transportation of Supplies by Sea AMC-Level Protest Program 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 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 General Accounting 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 MAC 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. Send protests (other than protest to the contracting officer) to: Headquarters U.S. Army Material Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax Number (256) 450-8840 Or E-Mail: usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html If internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel to obtain the AMC-Level Protest Procedures. DEADLINE FOR QUOTE SUBMISSION Offers are due on 27 November 2017, not later than 3:30 p.m. Central Time. Offers shall be submitted in the following way: Electronically via email to the contract specialist Zachary.j.street.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil Offerors should include "Response to W52P1J-17-T-CALI" within the Subject Line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist. **Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time period prior to close of the solicitation may not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f5fa43124fb28b8b12c854d9f04dc834)
 
Record
SN04739025-W 20171115/171113231511-f5fa43124fb28b8b12c854d9f04dc834 (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.