United States - Maintenance

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
19 August 2019
Opportunity publication date
13 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 12, 2019 10:27 am

This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpar 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation proposal being requested and a written solicitation will not be issued.

This is a combined synopsis/solicitation for commerical items prepared with FAR 12.6, and supplemented with additional information included in this notice. The solicitaiton number is W91ZLK-19-Q-0043, and is issued as an invitation for bids (IFB) unless otherwise indicated herein. The solicitation document and incorporated provisons and clauses are those in effect through Federal Acquisiton Circular (FAC) 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 811212. This requirement is unrestircted. The solicitation will start on Monday August 12, 2019 and will end of August 19, 2019 at 10:00 a.m. Eastern Time, or as posted at: http://www.fbo.gov (Fed Bid Opps Gov).

This requirement is for:

Maintenance & Support

Hardware Maintenance Onsite Support - 1 JOB

Collaborative Remote Support - 1 JOB

One (1) option year

The Government contemplates award on a Firm-Fixed Price (FFP) Purchase Order. In accoordance with the specifications using Federal Acquisition Regulation FAR 13.106-3 (a) (11). NOTES TO Offerors; Offers shall note the lead time or approximate delivery date for items offered.

Acceptance shall be at destination.

Shipping shall be FOB Destination to:

Aberdeen Test Center (ATC)
400 Colleran Road
Aberdeen Proving Ground, MD 21005

*Please see the attached SOW***

Requirement:

The provision at FAR 52.212-2 - Evaluation - Commerical items, applies to this acquisiton.

The Government will award a contract resulting from this solicitation to the responsible offeor whose offer conforming to the solicitation will be most advantegeous to the Government, price and other factors considered. The lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis on the lowest evaluated price of proposals meeting or exceeding the acceptability standards.

The technical evaluation will be a determinaton based on information furnished by the Contractor. The Government is not responsible for locating or securing any informaton which is not identified in the offer. The Government reserves the right to make an award without discussions. In order to be considered technically acceptable, Contractor responses must proivde:

a. Information n enough detail to show that the Contractor is able to meet the requirements.

b. Point of contact name and contact information. company CAGE code, DUNS number: and TIN.

Partial quotes will not be evaluated by the Government.

All questions regarding this solicitation must be submitted to Olga M. Hairston via email no later than 10:00 a.m., 19 August 2019, to olga.m.hairston.civ@mail.mil.

Responses to this solicitation must be signed, dated, and received no later than 10:00 a.m. Eastern Time, 19 August 2019. Responses must be sent by email directly to the Purchasing Agent Olga M. Hairston @ olga.m.hairston.civ@mail.mil. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov.

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 compteted 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 the following address: http://fairsite.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 52.204-7, System for Award Management

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontractor Awards

FAR 52.204-13, System for Award Management Maintenance

FAR 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended; or Proposed for Debarment

FAR 52.212-1, Instructions sto Offerors - Commerical Items

FAR 52.212-2, Evaluation - Comerical Items

FAR 52.212-3, Offeror Representations and Certifications - Commerical Items

FAR 52.212-4, Contract Terms and Conditions - Commerical Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commerical Items (Deviation 2013-00019)

FAR 52.219-6, Notice of Total Small Business Set-Aside

FAR 52.219-8, Ulilization of Small Busines Concerns

FAR 52.219-13, Notice of Set-Aside of Orders

FAR 52.219-14, Limitations on Subcontrcting

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 Faciilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-35, Equal Opportunity for Veterans

FAR 52.22-36, Affirmative Action for Workber with Disabilities

FAR 52.222-37, Employment Reports on Veterans

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications

FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.233-1, Disputes

FAR 52.233-2, Service of Protest

FAR 52.233-3, Protest After Award

FAR 52.233-4, Applicable Law for Breach on Contract Claim

FAR 52.239-1, Privacy or Security Safeguards

FAR 52.243-1, Changes - Fixed Price

FAR 52.247-34, FOB - Destination

FAR 52.249-8, Default (Fixed-Price Supply and Service)

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractos

DFARS 252-211-7003, Item Identification and Valuation

DFARS 252.216-7006, Ordering

DFARS 252.225-7012, Preference for Certain Domestic Commodities

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receivng Reports

DFARS 252.232-7005, Wide Area WorkFlow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.243-7002, Request for Equitable Adjustment

DFARS 252.243-7001, Pricing of Contract Modifications

DFARS 252.244-7000, Subcontractors for Commerical Items

DFARS 252.247-7023, Transportation of Supplies by Sea

EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.

AMC-LEVEL PROTECT 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 protect 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 on 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 filling. To be time, protests must be filed within the periods specified in FAR 33.103. Send protest (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 Olga M. Hairston, Purchasing Agent, at olga.m.hairston.civ@mail.mil

TELEPHONE REQUESTS WILL NOT BE HONORED.

Opportunity closing date
19 August 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?