United States - Gage Calibration Services
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 18 June 2019
- Opportunity publication date
- 21 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 20, 2019 2:42 pm
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; proposals are being requested and a written solicitation will NOT be issued.
This is a Request for Proposal (RFP) for an acquisition that will be competed under FAR Part13.5,Simplified Procedures for Certain Commercial Items; the Solicitation number is W52P1J-19-T-GC11.
The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 20 Dec 2018 (updated with Class Deviation: 2019-O0005).
The NAICS code for this procurement is 541380; the small business size standard is $15,000,000. The Federal Service Code is 3426. This solicitation is issued as a 100% Small Business Set-Aside.
Offerors must be actively registered within the System for Award Management (SAM) database at the date of proposal submission, in order to be considered for award. The website for SAM is https://www.sam.gov/.
DESCRIPTION OF REQUIREMENT
This solicitation is for Gage Calibration Services for Crane Army Ammunition Activity, Crane IN, in accordance with the Performance Work Statement (PWS) dated 2 April 2019 at Attachment 01. Associated Gage Calibration Listing, Pictures, Drawings, and Certifications are at attachements to this Solicitation.
The Contract Line Item Number (CLIN) Structure is defined as follows:
CLIN 0001 - Gage Calibration Services - Base Period: Date of Award to 30 June 2020
CLIN 0002 - Gage Calibration Services - Option Period 1: 1 July 2020 - 30 June 2021
CLIN 0003 - Gage Calibration Services - Option Period 2: 1 July 2021 - 30 June 2022
CLIN 0004 - Gage Calibration Services - Option Period 3: 1 July 2022 - 30 June 2023
CLIN 0005 - Gage Calibration Services - Option Period 4: 1 July 2023 - 30 June 2024
TYPE OF ACQUISITION AND CONTRACT
This acquisition is issued as a 100% Small Business Set-Aside. The award will be for a Purchase Order with a Base Period and four (4) Option Periods. Award will be made on a Firm-Fixed Price basis.
SERVICE LOCATION
Services will be performed for Crane Army Ammunition Activity, Crane IN, in accordance with the PWS dated 02 April 2019 at Attachment 01.
QUOTE SUBMISSION REQUIREMENTS
The following shall be submitted in response to this solicitation:
(1) Offered Price Submission:
• Offered price shall be submitted on the Pricing Matrix at Attachment 06.
• Offerors shall complete all yellow-highlighted sections on the Pricing Matrix, Attachment 06. Failure to complete the Price Matrix in its entirety may result in the Offeror being ineligible for award.
• Proposed prices must be submitted for ALL items and ALL Periods listed.
• All proposed prices will be binding. Proposed prices shall be limited to two decimal places and shall be stated in current U.S. dollars.
• No other information is to be added to the Pricing Matrix, nor shall any changes be made to the Pricing Matrix.
(2) Technical Capability Submission
• Capability Statement/Literature/Brochure which clearly defines the company skills and competence areas
• Description of how the offeror intends to meet the Performance Work Statement Requirements
• Confirmation that the offer includes calibration of ALL items listed on the Gage Calibration Listing at Attachment 02.
• Listing of all laboratories that will be performing the required calibration services
• Copy of Laboratory Accreditation Certificate(s), showing accreditation to ISO/IEC 17025. Certificates must be provided for all laboratories that will be performing calibration services
(3) Completed Clause at Attachment 07 (FAR 52.209-7, Information Regarding Responsibility Matters). Offerors shall "X" one of the two highlighted boxes in paragraph (b)
EVALUATION CRITERIA FOR TECHNICAL CAPABILITY
Based on the information the offeror provides, a rating of "Acceptable" or "Unacceptable" will be assigned, as follows:
Acceptable: Proposal meets the requirements of the Solicitation
Unacceptable: Proposal does not meet the requirements of the Solicitation
EVALUATION CRITERIA FOR PRICE
Price Matrix, Attachment 06, Total Evaluated Price is calculated as follows:
• For each gauge and Ordering period, the proposed per-unit price is multiplied by the evaluation weight factor of 20% and quantity and then summing their totals to calculate the Extended Weighted Price.
• The Extended Weighted Prices are summed to calculate the Total Extended Weighted Price for each type of gauge, Commercial, Specialty (Custom Made) and On-Site Items.
• The Total Evaluated Price is the sum of the Total Extended Weighted Prices for Each type of gauge, Commercial, Specialty (Custom Made) and On-Site Items.
The quantities provided for each gage on the Pricing Matrix, Attachment 06, are for evaluation purposes only and are not the number of gages that will be calibrated each year, or week.
Proposals will be evaluated for price reasonableness in accordance with FAR 13.106-3(a).
Data Other Than Certified Cost or Pricing Data. The Government anticipates receiving competitive proposals and using competition to determine price reasonableness. The Government reserves the right to request data other than certified cost or pricing data after receipt of proposals. If required, data other than certified cost or pricing data must be submitted in accordance with the instructions specified at FAR 15.403-5.
BASIS FOR AWARD
The basis for award is Low Price Technically Acceptable. Award will be made to the offeror whose offer is determined to be Technically Acceptable, who provides the lowest Total Evaluated Price, who is deemed responsible, and whose proposal conforms to the solicitation requirements.
In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. However, the Government reserves the right to conduct discussions if determined necessary by the Contacting Officer.
Only those proposals determined to be Technically Acceptable (by receiving an "Acceptable" Technical Capability rating), either initially or as a result of discussions, will be considered for award.
LISTING OF ATTACHMENTS
Attachment 01, Performance Work Statement (PWS) dated 2 April 2019
Attachment 02, Gage Calibration Listing dated 16 April 2019
Attachment 03, Pictures
Attachment 04, Drawings
Attachment 05, Certifications
Attachment 06, Pricing Matrix
Attachment 07, FAR 52.209-7 - Information Regarding Responsibility Matters
Wage Determination
NOTE: Attachment 04 - Drawings, are Restricted Technical Drawings. Only companies that are registered in the Defense Logistics Agency (DLA) Joint Certification Program (JCP) will be able to be to access them. The web address for certification is https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx
The following
DEADLINE FOR SUBMISSION
Offers are due June 18, 2019, no later than 12:00 p.m. Central Time.
Offers shall be submitted in the following way:
Electronically via email to the Contract Specialist lorraine.geren.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil Offerors should include "Response to W52P1J-19-T-GC11" within the Subject line.
QUESTIONS
Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer.
**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 prior to close of the solicitation may not be considered.
CLAUSES
The following Federal Acquisition Regulation (FAR) commercial clauses apply to this solicitation (clauses may be obtained via the internet at http://farsite.hill.af.mil):
FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.212-3, Alt I, Offeror 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 52.203-6, Restrictions on Subcontractor Sales to the Government
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 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
FAR 52.219-6, Notice of Total Small Business Set Aside
FAR 52.219-8, Utilization of Small Business Concerns
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, Equal Opportunity for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-41, Service Contract Labor Standards
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
FAR 52.222-50, Combatting Trafficking in Persons
FAR 52.222-55, Minimum Wages Under Executive Order
FAR 52.222-62 Paid Sick Leave Under Executive Order
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-Central Contractor Registration
FAR 52.203-3, Gratuities
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.209-7, Information Regarding Responsibility Matters
FAR 52.209-12, Certification Regarding Tax Matters
FAR 52.217-8, Option to Extend Services
FAR 52.217-5, Evaluation of Options
FAR 52.217-9, Option to Extend the Term of the Contract
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
DFARS 252.201-7000, Contracting Officer's Representative
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 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7052, Restriction on the Acquisition of Certain Magnets and Tungsten
DFARS 252.226-7001, Utilization of Indian Organizations, 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
- Opportunity closing date
- 18 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army ACC - RI (W52P1J) United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.