SOLICITATION NOTICE
44 -- Advanced Ultra Violet Systems
- Notice Date
- 3/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333411
— Air Purification Equipment Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H09-09-T-0152
- Response Due
- 3/26/2009
- Archive Date
- 5/25/2009
- Point of Contact
- TzeLeong Steven Chang, 309-782-3557<br />
- Small Business Set-Aside
- N/A
- 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2008-19, effective 17 September 2007. The requirement is sole source to Novatron, Inc or Lockheed Martin and will result in a Firm-fixed Price Supply contract. The requirement is for the Advanced Ultra Violet System (AUVS), BP7912A, 60,000 cfm BioProtector, as described in the Performance Specification, dated, 12 Feb 2009: SUPPLIES OR SERVICES AND PRICES/COSTS CLIN 0001AA BP7912A, 60,000 cfm BioProtector $_____________ Inspection: Destination Acceptance: Destination FOB: Destination Quantity: 1 Each Date of Competition: 1 Year after Contract Award Hardware Options CLIN 0001AB BP7912A, 60,000 cfm BioProtector $_____________ Inspection: Destination Acceptance: Destination FOB: Destination Quantity: 1 Each Exercised within 365 days after Contract Award CLIN 0001AC BP7912A, 60,000 cfm BioProtector $_____________ Inspection: Destination Acceptance: Destination FOB: Destination Quantity: 1 Each Exercised within 730 days after Contract Award CLIN 0001AD One (1) Year Warranty: BP7912A, 60,000 cfm BioProtector $_____________ Inspection: Destination Acceptance: Destination Unit Price FOB: Destination Quantity: 3 Each Duration: Effective 365 days after installation and acceptance Service Options CLIN 0002AB Engineering Support: First Year $_____________ Inspection: Destination Acceptance: Destination Hourly Rate FOB: Destination Firm-Fixed Price labor hours CLIN 0002AC Engineering Support: Second Year $_____________ Inspection: Destination Acceptance: Destination Hourly Rate FOB: Destination Firm-Fixed Price labor hours The following clauses are applicable to this solicitation: 52.212-1, Instructions to Offerors - Commercial Items. The below paragraphs are tailored. All other paragraphs remain unchanged: (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 333411 and 500 employees. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (e) This paragraph is deleted. 52.212-2 -- Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Evaluation Criteria (Technical). In accordance with the Performance Specification, dated 12 February, 2009, technical criteria shall be evaluated on a GO/NO-GO basis to determine contract award for the Advanced Ultra Violet System (AUVS). (i) GO Criteria. The contractor's proposal clearly and concisely addresses the contractor's ability to fulfill all of the requirements of the Performance Specification. The contractor's proposal included a complete description of the contractor's relevant technical experience/capabilities and the contractor's plan to meet the stated Requirements section (5.0) of the Performance Specification. The contractor's proposal included enough supporting documentation and data to support the contractor's claimed ability to meet the requirements. The contractors proposal clearly articulated the methods in fulfilling the Requirements section (5.0) of the Performance Specification. (ii) NO-GO Criteria. The contractor's proposal did not clearly and concisely address the contractor's ability to fulfill all of the requirements of the Performance Specification. The contractor's proposal failed to include a complete description of the contractor's relevant technical experience/capabilities and the contractor's plan to meet the stated Requirements section (5.0) of the Performance Specification. The contractor's proposal did not include enough supporting documentation and data to support the contractor's claimed ability to meet requirements. The contractors proposal did not clearly articulated the methods in fulfilling the Requirements section (5.0) of the Performance Specification. (2) Price Award will be made to the Lowest Price Technically Acceptable offeror. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all hardware options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Service Options will not be included in the evaluation for award purposes. (i) CLINs 0001AB and 0001AC: The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor as specified above. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (ii) CLINs 0002AB and 0002AC: The Government may extend the term of this contract by written notice to the Contractor within 30 days before contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed Apr 2012. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3, Offeror Representations and Certifications -- Commercial Items (copy of this provision shall be completed and submitted with the offer). 52.212-4, Contract Terms and Conditions - Commercial Items. (o) Warranty. In accordance with the Performance Specification, dated 12 February 2009, the contractor shall provide an AUVS that will conform to the PWS in effect at the time of shipment and be free of defects in material and workmanship for a period of one (1) year from date of acceptance, which is after installation. The one year warrant shall provide for the major repairs and replacement parts after acceptance of equipment. The contractor's warranty remedy shall consist of the major repairs and replacement parts at no cost to the Government. Such remedy shall be executed by the contractor within 48 hours of having been notified by the Government of failure. When required by the contractor, the Government will return the warranted item to the contractor after the replacement item has been received. Shipping costs related to delivery of the replacement item and return of the warranted item shall be born by the contractor. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. (Applicability includes Paragraph (a) items 1, 2; (b) items 1, 8, 9, 15, 16, 17, 18, 19, 20, 21, 24, 26, 33, 38) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. (Applicability includes Paragraph (a) item 1; (b) items 2, 3, 6, 7, 16, 17, 18, 20, 21) 252.204-7006, Billing Instructions 252.232-7003, Electronic Submission of Payment Requests 252.246-7000, Material Inspection and Receiving Report 52.201-4501 TACOM LCMC (RI), Notice About TACOM LCMC (RI) Ombudsman a. We have an Ombudsman Office here at TACOM LCMC (Rock Island). Its purpose is to open another channel of communication with TACOM LCMC (RI) Contractors. b. If you think that this solicitation: (1) has inappropriate requirements; or (2) needs streamlining; or (3) should be changed, you should first contact the buyer or the (Procurement) Contracting Officer (PCO). c. The buyer's name, phone number and address are on the cover page of this solicitation. d. If the buyer or PCO doesn't respond to the problem to your satisfaction, or if you want to make comments anonymously, you can contact the Ombudsman Office. The address and phone number are: U.S. Army TACOM LCMC (Rock Island) ATTN: AMSTA-AQ-AR (OMBUDSMAN) 1 Rock Island Arsenal Rock Island IL 61299-7630 Phone: (309) 782-3224 Electronic Mail Address: ROCK-OMBUDSMAN@conus.army.mil e. If you contact the Ombudsman, please provide the following information: (1) TACOM LCMC (RI) solicitation number; (2) Name of PCO; (3) Problem description; (4) Summary of your discussions with the buyer/PCO. 52.233-4503 TACOM LCMC (RI), AMC-Level Protest Program 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 General Accounting Office 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: HQ, Army Materiel Command Office of Command Counsel ATTN: AMCCC-PL 9301 Chapek Rd 2-1SE3401 Fort Belvoir VA 22060-5527 Facsimile number (703) 806-8866/8875 Voice Number (703) 806-8762 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/protestlink.htm If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel at (703) 806-8762 to obtain the AMC-Level Protest Procedures. 52.246-4500 TACOM LCMC (RI), Wide Area Workflow-Receipt Acceptance (WAWF-RA) Wide Area Workflow (WAWF) shall be required for use on any resulting contract associated with this solicitation. Contractors will be required to invoice through WAWF and DCMA will use this system to accept the materials for shipment purposes. (a) To comply with the clauses at 252.246-7000, Material Inspection and Receiving Report, and at 252.232-7003, Electronic Submission of Payment Requests, TACOM LCMC (Rock Island) uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. The contractor is required to register and use WAWF at https://wawf.eb.mil. (b) When prompted to send additional email notifications, add tzeleong.steven.chang@us.army.mil. (c) You may use this link for assistance in completing the WAWF documentation: http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox/CreateCIRR.swf (d) Other WAWF training is available from the WAWF main web site, or directly at: http://www.wawftraining.com The signed offer must be dated and delivered to the following POCs no later than 3:00 PM (Central) on 26 March 2009: Ms. Donna Webb, Contracting Officer, donna.webb1@us.army.mil and Mr. Steven Chang, Contract Specialist, tzeleong.steven.chang@us.army.mil. The POC for this solicitation is Mr. Steven Chang, 309-782-3557.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=749c0d7a97395c60752f6c5cf5ae95a4&tab=core&_cview=1)
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL<br />
- Zip Code: 61299-7630<br />
- Zip Code: 61299-7630<br />
- Record
- SN01767162-W 20090313/090311220347-749c0d7a97395c60752f6c5cf5ae95a4 (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 |