United States - Data Acquisition Systems for ATC

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
08 September 2019
Opportunity publication date
07 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 06, 2019 11:44 am

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format if 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-72. The solicitation number for this requirement is W91ZLK-19-R-0085. This requirement is being solicited unrestricted under the associated North American Industry Classification System (NAICS) Code 334516, Analytical Laboratory Instrument Manufacturing. The Government contemplates the award of a single Indefinite Delivery - Indefinite Quantity (IDIQ) contract with Firm-Fixed Price (FFP) delivery orders. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR 13.5, Test Program for Certain Commercial Items. This procurement will be evaluated as Lowest Priced, Technically Acceptable (LPTA), for the following:

The Government is requesting Contractors provide the Unit Price for of the equipment listed for the base year and the cost of the equipment for the four (4) Option Year Ordering Periods. The award will be made to the technically acceptable vendor that provides the lowest total price of the equipment combined, including the Option Year Ordering Periods. The IDIQ contract will be established as a Not-To-Exceed contract ceiling of $6.5 million, meaning the end user may place orders for any quantity and combination of the units at the established unit prices, up to the NTE contract ceiling, during the current ordering period. The ceiling is inclusive of option years. The Government's minimum guarantee quote mark to the awarded contractor will be fulfilled under Delivery Order 0001, which will be placed at the time of the basic contract's award.

All delivery acceptances shall be at destination. Each delivery order will specify exact delivery location; however, most deliveries will be to Aberdeen Proving Ground, MD.
The provisions at FAR 52.212-2, Evaluation-Commercial items applies to this acquisition. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. This contract will be awarded to the Lowest Priced, Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. The Government reserves the right to make an award without discussions. In order to be considered technically acceptable, Contractor responses must provide:

a. Detailed information showing that the Contractor is able to provide all equipment described in the attached Specifications;
b. Unit prices for each item for the Base Ordering Period, and each of the four Option Ordering Periods;
c. Examples of successful performance of the same or similar work previously; and
d. Point of contact name and contact information, CAGE code, DUNS number, and TIN.
Partial quotes will not be evaluated by the Government.
 
SUBMISSION PROCEDURES:
All questions regarding this solicitation must be submitted to the Contract Specialist via email no later than 2:00 PM Eastern Time, Friday, August 16, 2019, to Tyce Rucks at tyce.l.rucks.civ@mail.mil.
 
Responses to this solicitation must be signed, dated, and submitted to Tyce Rucks Contract Specialist, no later than 6:00 PM Eastern Time, Sunday, September 8, 2019. Responses can be sent via U.S. Mail to:
US Army Contracting Command - Aberdeen Proving Ground, Tenant Contracting Division/Technology Branch
ATTN: Tyce L. Rucks, C2-101
6565 Surveillance Loop
Aberdeen Proving Ground, MD 21005
It is the responsibility of the offeror to demonstrate that the products being offered meets or exceeds the equipment listed in this requirement. Failure to do so will result in product being deemed technically unaccaptable and removed from consideration for award.
All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online for free at the website link provided.
FAR 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:
http://farsite.hill.af.mil
The following clauses and provisions are incorporated by reference:
FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.212-1, Instructions to Offerors- Commercial Items
FAR 52.212-2, Evaluation- Commercial Items
Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer.
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 (Deviation 2013-O0019)
FAR 52.216-19, Order Limitations
FAR 52.216-22, Indefinite Quantity
FAR 52.217-3, Evaluation Exclusive of Options
FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-13, Notice of Set-Aside of Orders
FAR 52.219-14, Limitations on Subcontracting
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 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 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 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.243-1, Changes- Fixed Price
FAR 52.247-34, FOB- Destination
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252-212-7003, Item Identification and Valuation DFARS 252.216-7006, Ordering
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
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 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG
5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.
AMC-LEVEL PROTEST PROGRAM (Aug 2012) ACC-APG 5152.233-4900
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 to 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 the General Accounting Office (GAO) 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 AMC 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 protests to the Contracting Officer) to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Phone: (256) 450-8165
Fax: (256) 450-8840
E-mail: amcprotests@conus.army.mil
The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures.
For questions concerning this solicitation, contact Tyce L. Rucks, Contract Specialist, via email at tyce.l.rucks.civ@mail.mil.
TELEPHONE REQUESTS WILL NOT BE HONORED.

Opportunity closing date
08 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army ACC - APG (W91ZLK) TENANT CONTRACTING DIV United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?