Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
SOLICITATION NOTICE

66 -- Environmental Test Chamber for Lithium Battery Testing - Specifications

Notice Date
7/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Consumer Product Safety Commission, Division of Procurement Services, Division of Procurement Services, 4330 East West Highway, Room 517, Bethesda, Maryland, 20814-4408
 
ZIP Code
20814-4408
 
Solicitation Number
61320618Q0196
 
Archive Date
8/15/2018
 
Point of Contact
Derrick Braswell,
 
E-Mail Address
DBraswell@cpsc.gov
(DBraswell@cpsc.gov)
 
Small Business Set-Aside
N/A
 
Description
Environmental Test Chamber 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The U.S. Consumer Product Safety Commission (CPSC) intends to procure an environmental test chamber for lithium battery testing in accordance with attached requirement document. The environmental test chamber shall be provided on a Firm-Fixed basis. THIS SOLICITATION IS SUBJECT TO AGENCY DETERMINATION TO FUND THIS REQUIREMENT. ALL QUOTES MUST BE VALID THROUGH SPETEMBER 30, 2018. Delivery and acceptance shall be to the CPSC point of contact in accordance with Local Clause 1 B for the delivery of any items to CPSC. The provision at 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017), applies to this acquisition. In addition to the requirements of FAR 52.212-1, the quote must prominently display the offeror's Taxpayer Identification number, CAGE code and DUNS number, as well as contact information for the offeror's point of contact for the quote. A valid SAM.gov registration is required for award. The quote shall be submitted via email to the Contract Specialist at dbraswell@cpsc.gov with a complete quote for all items required. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017), if the annual SAM registration has not been completed. If the SAM registration has been completed, Offerors shall only submit paragraph (b) if there are applicable exceptions to the current registration. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jul 2018), applies to this acquisition. The following additional FAR clauses cited in FAR 52.212-5 are applicable to this acquisition: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016); (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015); (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); (25) 52.222-3, Convict Labor (June 2003); (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015); (28) 52.222-26, Equal Opportunity (Sept. 2016); (29) 52.222.35, (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); (31) 52.222-37, (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015); (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); (46) 52.225-1, Buy American-Supplies (May 2014); (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) LC 1B CONTRACTOR'S NOTE - DELIVERIES TO THE CPSC NATIONAL PRODUCT TESTING LABORATORY SITE, ROCKVILLE, MARYLAND Delivery Address: U.S. Consumer Product Safety Commission National Product Testing Laboratory 5 Research Place Rockville, MD 20850 The Consumer Product Safety Commission (CPSC) Laboratory facility is located in Rockville, MD. Deliveries are to be made to the loading dock area which is accessible from the parking area entrance on Research Place on the east side of the building. Do not enter the parking area from Research Court on the North side of the facility as there may not be sufficient room to maneuver and back up to the loading dock area on the east side of the building. Deliveries may not be left outside the building or loading dock, unless specifically directed by appropriate CPSC staff. All deliveries shall be considered "inside deliveries" in accordance with the instructions below. When scheduling deliveries, the purchase order number shall always be referenced and all packages shall clearly display the Purchase Order Number on the outside of the cartons and/or packages and include the packing slip. ATTENTION GOVERNMENT VENDOR: A. DELIVERY INSTRUCTIONS 1. DELIVERY INSTRUCTION FOR SMALL ITEMS Deliveries should be made between 9:00 a.m. and 4:00 p.m. on Monday through Friday (except holidays). Deliveries outside these hours require prior arrangements. Contacts: Andrew Stadnik, Lab Director, 301-987-2037 x1 OR 301-706-6902 Allyson Tenney- 301-987-2769 Aaron Orland - 301-987-2248 Michael Nelson - 301-987-2752 For the Furniture, Chair, Exercise Equipment, and IT Equipment Contacts: Ron Welch - (301) 504-7091 (Cell: 240-882-6775) Cary Windsor - (301) 504-7203 (Cell: (202) 302-9327) Andy Stadnik - (301) 706-6902 2. DELIVERY INSTRUCTIONS FOR LARGE OR HEAVY ITEMS: Large or heavy items must be delivered directly to the loading dock. If delivery cannot be made to the loading dock directly or via the leveling device and requires off-loading the item from the delivery vehicle to the ground, then deliveries of such large or heavy items should be scheduled 24 hours in advance and should be made between 9:00 a.m. and 3:00 p.m. on Monday through Friday (except holidays). Contact information is the same as above to arrange for CPSC lift truck operators or other lifting and handling support needs for the delivery. B. BILLING INSTRUCTIONS Pursuant to the Prompt Payment Act (P.L. 97-177) and the Prompt Payment Act Amendments of 1988 (P.L. 100-496) all Federal agencies are required to pay their bills on time, pay interest penalties when payments are made late, and to take discounts only when payments are made within the discount period. To assure compliance with the Act, vouchers and/or invoices shall be submitted on any acceptable invoice form which meets the criteria listed below. Examples of government vouchers that may be used are the Public Vouchers for Purchase and Services Other Than Personal, SF 1034, and Continuation Sheet, SF 1035. At a minimum, each invoice shall include: 1. The name and address of the business concern (and separate remittance address, if applicable). 2. Do NOT include Taxpayer Identification Number (TIN) on invoices sent via e-mail. 3. Invoice date. 4. Invoice number. 5. For Contracts on Form OF347 - The contract or purchase order number on the Form OF347 shall include the purchase order number indicated in blocks #2 and #3. For Example: Contract No. 61320618B0018 / Order No. 61320618F2015 6. For Contract on Form SF1449 - The contract or purchase order number on the Form SF1449 shall include the purchase order number and /or Task number indicated in blocks #2 and #4. For Example: Contract No. 61320618D0018 / Order No. 61320618F1015 Or for form SF30 please include the Amendment/Modification No. in Box 2 and the contract number in box 10A. For Example: Contract no. 61320618D0018 MOD P00002 7. Description, price and quantity of goods or services actually delivered or rendered. 8. Shipping cost terms (if applicable). 9. Payment terms. 10. Other substantiating documentation or information as specified in the contract or purchase order. 11. Name, title, phone number and mailing address of responsible official to be notified in the event of a deficient invoice. ORIGINAL VOUCHERS/INVOICES SHALL BE SENT TO: PREFERED: Via email to: 9-AMC-AMZ-CPSC-Accounts-Payable@faa.gov OR U.S. Mail Enterprise Service Center, c/o CPSC, Accounts Payable Branch, AMZ-160 PO Box 25710 Oklahoma City, Ok. 73125 FEDEX Enterprise Service Center, c/o CPSC, Accounts Payable Branch, AMZ-160 6500 S. MacArthur Blvd. Oklahoma City, Ok. 73169 Invoices not submitted in accordance with the above stated minimum requirements will not be processed for payment. Deficient invoices will be returned to the vendor within seven days or sooner. Standard forms 1034 and 1035 will be furnished by CPSC upon request of the contractor. Inquiries regarding payment should be directed to the Enterprise Service Center (ESC), Office of Financial Operations, Federal Aviation Administration (FAA) in Oklahoma City,9-AMC-AMZ-CPSC-Accounts-Payable@faa.gov. C. PAYMENT Payment will be made as close as possible to, but not later than, the 30th day after receipt of a proper invoice as defined in "Billing Instructions," except as follows: When a time discount is taken, payment will be made as close as possible to, but not later than, the discount date. Discounts will be taken whenever economically justified. Otherwise, late payments will include interest penalty payments. Inquiries regarding payment should be directed to 9-AMC-AMZ-CPSC-Accounts-Payable@faa.gov or at the U.S. Mail and Fedex addresses listed above: Complaints related to the late payment of an invoice should be directed to Ricky Woods at the same the same address (above) or 405-954-5351. Customer Service inquiries may be directed to Adriane Clark at AClark@cpsc.gov. D. INSPECTION & ACCEPTANCE PERIOD Unless otherwise stated in the Statement of Work or Description, the Commission will ordinarily inspect all materials/services within seven (7) working days after the date of receipt. The CPSC representative responsible for inspecting the materials/services will transmit disapproval, if appropriate, to the contractor and the contract specialist listed below. If other inspection information is provided in the Statement of Work or Description, it is controlling. E. ALL OTHER INFORMATION RELATING TO THE PURCHASE ORDER Contact: Contract Specialist - Derrick Braswell at Dbraswell@cpsc.gov F. PROCESSING INSTRUCTIONS FOR REQUESTING OFFICES The Purchase Order/Receiving Report (Optional Form 347 or Standard Form 1449) must be completed at the time the ordered goods or services are received. Upon receipt of the goods or services ordered, each item should be inspected, accepted (partial or final) or rejected. The Purchase Order/Receiving Report must be appropriately completed, signed and dated by the authorized receiving official. In addition, the acceptance block shall be completed (Blocks 32 a, b & c on the SF 1449 and column G and page 2 of the OF 347). The receiving report shall be retained by the requesting office for confirmation when certifying invoices. G. PROPERTY/EQUIPMENT PURCHASES In the case of Purchase Orders/Receiving Reports involving the purchase and receipt of property/equipment, a copy of the Purchase Order/Receiving Report must also be immediately forwarded directly to the Property Management Officer (Dina Demas) in the Facilities Management Support Services Branch (Room 425). The transmittal of Purchase Orders/Receiving Reports to the property management officer is critical to the integrity and operation of CPSC's Property Management System. Receiving officials should also forward copies to their local property officer/property custodian consistent with local office procedures. Evaluation of quotes will be on a lowest priced technically acceptable basis. Technical acceptability will be determined by quoting all required items at a fair and reasonable price. Questions on this requirement are due no later than July 24, 2018 at 1:00pm Eastern. Quotes are due via email to DBraswell@cpsc.gov no later than July 31, 2018 at 3:00pm Eastern.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CPSC/DA/DPS/61320618Q0196/listing.html)
 
Place of Performance
Address: 5 research Place, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04994798-W 20180719/180717230953-fb32918656732c7726c2e3dde00130c6 (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.