Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
MODIFICATION

L -- Standardization specification preparer/ Food Technologist - Responses to Questions

Notice Date
5/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-18-Q-STDSPECPREP
 
Archive Date
6/2/2018
 
Point of Contact
Michael Scott Houts, Phone: 508-233-6165, Steven Streeter, Phone: 5082336180
 
E-Mail Address
michael.s.houts.civ@mail.mil, steven.e.streeter4.civ@mail.mil
(michael.s.houts.civ@mail.mil, steven.e.streeter4.civ@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Responses to Questions 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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is W911QY-18-Q-STDSPECPREP. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96, effective 06 November 2017. The US Army Natick Soldier Research, Development and Engineering Center (NSRDEC) has a requirement for standardization specification preparation and engineering support services. This requirement is solicited as a Woman-Owned Small Businesses (WOSB) set aside using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 541715. The small business size standard is 1,000 Employees. The issuance of this solicitation does not commit the Government to make an award. DESCRIPTION OF REQUIREMENT: 1. The Contractor shall provide an experienced specification writer, food technologist to the Combat Ration Engineering and Support Team (CREST), Combat Feeding Directorate (CFD). Preparation of the procurement specifications must be in compliance with DoD Acquisition Reform for transition to Defense Logistics Agency (DLA) - Troop Support and provide pre- and post-award support to procurement throughout the entire life cycle. This requires a broad knowledge of the Operational Ration items as well as DLA's Program Management technical writing format. CREST is tasked to support DLA with developing assembly contract requirement documents (ACRs), product or performance based contract requirement documents (PCRs), military detail (MIL-DTL), military performance (MIL-PRF), and military standard (MIL-STD) documents, and packaging requirements and quality assurance provisions documents (PKG&QAPs) for commercial item descriptions (CIDs) for all military operational rations and components procured. Specific requirements are detailed in Attachment 1 - Statement of Work, Attachment 2 - Quality Assurance Surveillance Plan, and Attachment 3 - Contract Data Requirement List QUALITY ASSURANCE SURVEILLANCE PLAN The Contract Line Item Numbers (CLINs) below are anticipated to be included in the resultant contract. The Offeror shall provide a price for CLINs 0001, 1001, 2001, 3001, 4001 and 0002, 1002, 2002, 3002, 4002 below in its quotation. CLINs 0003, 1003, 2003, 3003, 4003 are Not Separately Priced (NSP). The cost of CLINs 0003, 1003, 2003, 3003, 4003 shall be included in CLINs 0001, 1001, 2001, 3001, 4001. (Attachment 4 - Pricing/CLIN Structure) Period of Performance: 17 May 2018 through 16 May 2019 base year with 4 option years (2019-2023); 32 hours/week for 50 weeks. CLIN 0001 QTY: 1 Job Food Technologist CLIN 0002 QTY: 2 EA Progress Reports CLIN 0003 QTY: 2 EA NSP - Contractor Manpower Reporting CLIN 1001 QTY: 1 Job Food Technologist (Option Year 1) CLIN 1002 QTY: 2 EA Progress Reports (Option Year 1) CLIN 1003 QTY: 1 EA NSP - Contractor Manpower Reporting (Option Year 1) CLIN 2001 QTY: 1 Job Food Technologist (Option Year 2) CLIN 2002 QTY: 2 EA Progress Reports (Option Year 2) CLIN 2003 QTY: 1 EA NSP - Contractor Manpower Reporting (Option Year 2) CLIN 3001 QTY: 1 Job Food Technologist (Option Year 3) CLIN 3002 QTY: 2 EA Progress Reports (Option Year 3) CLIN 3003 QTY: 1 EA NSP - Contractor Manpower Reporting (Option Year 3) CLIN 4001 QTY: 1 Job Food Technologist (Option Year 4) CLIN 4002 QTY: 2 EA Progress Reports (Option Year 4) CLIN 4003 QTY: 1 EA NSP - Contractor Manpower Reporting (Option Year 4) SUBMISSION REQUIREMENTS (ADDENDUM TO FAR 52.212-1): The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Failure to include any of the items below may render the Offeror non-responsive. Responses to this announcement shall include: 1. A Firm Fixed Price quote, inclusive of all charges and with FOB Destination shipping terms, for each CLIN stated above. The quotation shall not include taxes (tax exempt certificate may be provided to the awardee upon request). The response to this solicitation shall include company name and address, Cage Code, DUNS Number, Point of Contact name and e-mail address, and acknowledgement of amendments to this solicitation (if any). 2. Completed and signed representations and certifications. As prescribed in DFARS 252.204-7004, interested parties must be registered with System for Award Management (SAM) under the NAICS 541715. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM. ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA: TRADE OFF As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (a) 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 shall be used to evaluate offers: PERSONAL QUALIFICATIONS AND PRIOR PAST EXPERIENCE, WHEN COMBINED, ARE SIGNIFICANTLY MORE IMPORTANT THAN PRICE. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated by reference: Provision 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition and Addenda to this clause are contained in the section entitled "SUBMISSION REQUIREMENTS" above. Provision 52.212-2 Evaluation -- Commercial Items, applies and specific evaluation criteria to be used are contained in the section "ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA" above. Provision 52.212-3 Offeror Representations and Certifications -- Commercial Items Alt 1, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 3 above. The offeror's attention is directed to the requirement to provide country of origin information IAW DFARS 252.225-7000. Clause 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition; and the Product Description/Statement of Work (SOW) and additional terms and conditions below shall be included as addenda to this clause. IAW FAR 52.212-4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019), applies to this acquisition. ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.219-1 (ALT 1) Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside 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 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance. 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-23 (Alt 1) Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B. Destination 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-0001 Line Item Specific: Single Funding 252.204-7000 Disclosure of Information 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to litigation Support contractors 252.211-7003 Item Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance of Payments Program-Basic 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.227-7015 Technical Data-Commercial Items 252.227-7027 Deferred Ordering of Technical Data or Computer Software 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation by Sea 252.247-7024 Notification of Transportation of Supplies by Sea 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/ (End of Provision) 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) SUBMISSION OF RESPONSES: The responses to this solicitation/synopsis shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked in the subject line with the solicitation number, requirement, and the identity of the submitting firm. Quotes may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your quote. Quotes shall be submitted electronically to Scott Houts at the Natick Contracting Division via michael.s.houts.civ@mail.mil or Steven Streeter at steven.e.streeter.civ@mail.mil. All quotes shall be submitted by 4:00 pm EDT on 05/18/2018. Quotes will only be accepted electronically via the e-mail address provided above. It is the Offeror's responsibility to confirm that their quote submission has been received. Offerors will not be reimbursed for any costs resulting from quotation preparation or costs associated with inquiring about or responding to this solicitation. QUESTIONS: For questions regarding this acquisition contact Scott Houts or Steven Streeter at the above listed email address no later than three (3) business days prior to the due date for quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee3c2b19c2a0e75996b1142d6bcade83)
 
Place of Performance
Address: 10 General Greene Avenue, Natick, Massachusetts, 01760, United States
Zip Code: 01760
 
Record
SN04923308-W 20180517/180515230822-ee3c2b19c2a0e75996b1142d6bcade83 (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.