Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

66 -- Support and Maintenance of Hitachi Field Emission Scanning Electron Microscope (SEM)

Notice Date
7/10/2020 6:43:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-20-Q-0033
 
Response Due
7/20/2020 1:00:00 AM
 
Archive Date
08/04/2020
 
Point of Contact
Miroslaw Chodaba
 
E-Mail Address
miroslaw.chodaba.civ@mail.mil
(miroslaw.chodaba.civ@mail.mil)
 
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.� Solicitation number W31P4Q-20-Q-0033 is being issued as a request for quote; however, the US Army Contracting Command-Redstone intends to issue a sole source firm fixed price purchase order to Hitachi High-Tech America, Inc. for the acquisition of this requirement, subject to the availability of appropriate funds.� Authority cited:� Statutory Authority permitting other than Full and Open Competition for this requirement is 10 U.S.C. 2304 (C)(1), as implemented by paragraphs 6.302-1 of the Federal Acquisition Regulation (FAR) entitled - Only one responsible source and no other supplies or services will satisfy agency requirements. As the manufacturer, Hitachi High-Tech America, Inc. is the only contractor qualified to perform maintenance on the Hitachi SU5000 Field Emission Scanning Electron Microscope.� The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.� This requirement is for annual preventative maintenance and calibration on Hitachi SU5000 Field Emission SEM located on Redstone Arsenal, AL., per Hitachi service agreement 7000008234-1 for one preventative maintenance visit per cycle with no parts covered. �Unlimited emergency service visits shall be offered in the event of an unexpected failure of the microscope. Preventative maintenance services are to include: Cleaning of instrument; inspection and replacement of vacuum pump oils, seals and filters; Inspection and replacement of vacuum hoses and airlines; Column alignment and image inspection; inspection and adjustment if necessary of all systems.� The contractor shall perform all requirements in the Base Year and each additional Option Year (if exercised).� The anticipated period of performance (PoP), if all options are exercised, is from date of award of contract through 36 months (base effort is award of contract through 12 months and the PoP for each additional Option Year is 12 months). No site visits will be conducted prior to award. The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: �- CLIN 0001 � Service CLIN � This CLIN will be issued for the total acquisition of the required service. �- CLIN 0002 � Option Year 1 Service CLIN � This CLIN may be issued, at the Government�s discretion, for continued service beyond the base year, for a period of 12 months. - CLIN 0003 � Option Year 2 Service CLIN � This CLIN may be issued, at the Government�s discretion, for continued service beyond the POP for Option Year 1, for a period of 12 months. �- CLIN 0004 � Contractor Manpower Reporting (CMR) � See the attached Performance Work statement (PWS) for the CMR requirements. The technical requirements for this action are contained in the attached PWS and Quality Assurance Surveillance Plan. In the event that more than one quote is received, the Government will award a contract to the responsible offeror whose offer conforms to the solicitation and is the lowest price technically acceptable quote. The place of delivery, acceptance and FOB point is: US Army Combat Capabilities Development Command, Aviation and Missile Center, TDD FCDD-AMW-PMA Bldg 7631 Bat Road Redstone Arsenal, AL� 35898 All items shall include shipping costs FOB Destination to Redstone Arsenal, AL.� All quotes shall include delivery dates expressed in days or weeks from award date.� Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The following FAR provisions/clauses are applicable to this requirement: 52.203-3 � Gratuities 52.204-7 � System for Award Management 52.204-13 � System for Award Management Maintenance 52.204-16 � Commercial and Government Entity Code Reporting 52.204-18 � Commercial and Government Entity Code Maintenance 52.204-19 � Incorporation by Reference of Representations and Certifications 52.204-22 � Alternative Line Item Proposal 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.212-1 � Instructions to Offerors � Commercial Items 52.212-3 � Offeror Representations and Certifications � Commercial Items 52.212-4 � Contract Terms and Conditions � Commercial Items 52.212-5 � Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items 52.204-10 � Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 � Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 2.222-3 � Convict Labor 52.222-19 � Child Labor-Cooperation with Authorities and Remedies 52.222-21 � Prohibition of Segregated Facilities 52.222-26 � Equal Opportunity 52.222-35 � Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 � Equal Opportunity for Workers with Disabilities 52.222-37 � Employment Reports on Veterans 52.222-50 � Combating Trafficking in Persons 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving 52.223-20 � Aerosols 52.225-3 � Buy American-Free Trade Agreements-Israeli Trade Act, Alternate II 52.225-13 � Restrictions on Certain Foreign Purchases 52.232-33 � Payment by Electronic Funds Transfer � System for Award Management 52.222-42 � Statement of Equivalent Rates for Federal Hires 52.222-43 � Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)� 52.217-8 � Option to Extend Services 52.217-9 � Option to Extend the Term of the Contract 52.232-39 � Unenforceability of Unauthorized Obligations 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors 52.233-1 � Disputes 52.237-2 � Protection of Government Buildings, Equipment, and Vegetation 52.242-15 � Stop-Work Order 52.243-1 � Changes-Fixed-Price 52.245-1 � Government Property 52.247-34 � F.O.B. Destination (Nov 1991) 52.252-1 � Solicitation Provisions Incorporated by Reference 52.252-2 � Clauses Incorporated by Reference The following DFARS clauses are applicable to this requirement: 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 252.204-7003 � Control of Government Personnel Work Product 252.204-7008 � Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 � Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 � Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018 � Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7007 � Reporting of Government-Furnished Property 252.215-7013 � Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7006 � Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 � Prohibition of Hexavalent Chromium 252.225-7048 � Export Controlled Items 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 252.232-7017 � Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration 252.237-7010 � Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 � Pricing of contract modifications 252.244-7000 � Subcontracts for Commercial Items 252.245-7001 � Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002 � Reporting Loss of Government Property (DEVIATION 2020-O0004) 252.245-7003 � Contractor Property Management System Administration 252.245-7004 � Reporting, Reutilization, and Disposal 252.246-7008 � Sources of Electronic Parts 252.247-7023 � Transportation of Supplies by Sea Other clauses may be included in the award if applicable.� As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award.� Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006.� Electronic quotes are due no later than 3:00 pm (CST), 20 July 2020 in the contracting office.� �Quotes may be submitted to Miroslaw Chodaba at miroslaw.chodaba.civ@mail.mil. Oral communications are not acceptable in response to this notice. �NO FOREIGN PARTICIPATION IS ALLOWED.� All responsible sources may submit an offer which shall be considered by the agency.� In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price technically acceptable.��� All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and DUNS number.� Quotes/offers received after the specified due date and time will not be considered for award.� For further information or questions regarding this solicitation, contact Miroslaw Chodaba via email at miroslaw.chodaba.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/23b8970c79cd49318622472f2f9a13c4/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN05718009-F 20200712/200710230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.