SOLICITATION NOTICE
66 -- Hot/Cold Environmental Testing Chamber 8'x8'x20'
- Notice Date
- 7/28/2009
- Notice Type
- Combined Synopsis/Solicitation
- 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
- W52H0909TVB02
- Response Due
- 8/12/2009
- Archive Date
- 10/11/2009
- Point of Contact
- Benjamin Vasey, 309-782-3590<br />
- E-Mail Address
-
TACOM - Rock Island
(benjamin.vasey@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepares 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) 2005-30, effective 15 July 2009. The requirement is being issued under full and open competition, and will result in a Firm-Fixed Price Supply contract. The requirement is for quotes on chambers that have hot/cold, with optional Humidity and Rain Control. This Synopsis/Solicitation will result in a one-time buy. Contractors may submit quotes on any or all of these variations in the chamber; however, contractors must submit pricing on CLIN 0001 to be considered. 2.Contract Line Item (CLIN) structure with Prices. CLIN 0001 $________________ Hot/Cold Environmental Test Chamber 8x8x20 Inspection: DestinationAcceptance: Destination FOB: Destination Quantity: 1 Each Date of Delivery: 180 Days after Award Options CLIN 0002$________________ Humidity Control Add-on Inspection: Destination Acceptance: Destination FOB: Destination Quantity: 1 Each Date of Delivery: 180 Days after Award CLIN 003 $________________ Rain Control Add-on Inspection: Destination Acceptance: Destination FOB: Destination Quantity: 1 Each Date of Delivery: 180 Days after Award 3.Packaging The item shall be packaged and shipped (either as a whole or as components for additional assembly) with best commercial package and marked for delivery to the following: ECBC Rock Island AMSRD-ECB-END-S Building 131 Rock Island, IL 61299-7390 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) This paragraph is deleted (b)(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. The contractors proposal should include a complete description of the contractors relevant technical experience and capabilities to provide environmental chamber meeting the Purchase Description requirements dated 07 July 2009. (C) Period of 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 this solicitation. (h) This paragraph is deleted (i) Price: Once the Technical Data is completed, the Go offers will be evaluated in the following manner. (1) The offeror shall enter firm fixed unit prices for each CLIN in the appropriate spaces provided in this solicitation/synopsis. All unit prices proposed will be binding. (2) The Government reserves the right to require the submission of any data (i.e. cost or pricing Data) necessary to validate the reasonableness of an offer. 52.212-2, Evaluation Commercial Items. The below paragraphs are tailored. All other paragraphs remain unchanged. (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 will be used to evaluate offers: (1)Technical capability of the item offered to meet the Government requirement; In accordance with the Purchase Description (PD) for an Environmental Chamber, technical criteria shall be evaluated on a GO/NO-GO basis to determine contract award for the Environmental Chamber. (i)GO Criteria. The contractor's proposal clearly and concisely addresses the contractor's ability to fulfill all of the requirements of the PD. The contractor's proposal should included a complete description of the contractor's relevant technical experience and capabilities to provide environmental chambers meeting PD requirements. The contractor's proposal should included enough supporting documentation and data to support the contractor's claimed ability to meet the requirements per PD paragraphs 3.-3.13. Note: paragraphs 3.6 and 3.7 are options that contractors may provide proposals on, but it is not mandatory to do so (see 6.1 of PD). Supporting documentation may include but is not limited to previous similar designs provided to other customers, conceptual/virtual prototypes for this proposal, and paragraph by paragraph description on how the contractor shall meet the PD requirements per 3.-3.13. (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 PD. The contractor's proposal failed to include a complete description of the contractor's relevant technical experience and capabilities to provide chambers per the PD. The contractor's proposal did not include enough supporting documentation and data to support the contractor's claimed ability to meet requirements. (2)Price (a)CLIN 0001 will be evaluated; CLIN 0002 and CLIN 0003 may or may not be awarded and will only be evaluated on price reasonableness. CLIN 0002 and CLIN 0003 will not be evaluated for award. 52.247-34, F.o.b. Destination (a) Explanation of delivery term. F.o.b. destination means -- (1) Free of expense to the Government delivered, on board the carriers conveyance, at a specified delivery point where the consignees facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignees wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or constructive placement as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including piggyback) is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for heavy or bulky freight. When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarder for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery when required, if transfer to truck is required to complete delivery to consignee. (b) Contractor responsibilities. The contractor shall -- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of Provision) 52.247-35, F.o.b. Destination, Within Consignees Premises (a) The term f.o.b. destination, within consignees premises, as used in this clause, means free of expense to the Government delivered and laid down within the doors of the consignees premises, including delivery to specific rooms within a building if so specified. (b) The Contractor shall -- (1) Pack and mark the shipment to comply with contract specifications; or (i) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of Provision) 4.The following clauses are applicable to this solicitation: 52.232-18, Availability of Funds 52.246-11, Higher Level Contract Quality Requirement (FEB 1999) 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 52.247-4531, Cognizant Transportation Officer 52.247-4545, Place of Contract Shipping Point, Rail Information The following clauses apply and are incorporated by reference: -52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104 (g)). -52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). -52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). -52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d) (2) and (3)). -52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637 (d) (4)). -52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637 (d) (4) (F) (i)). -52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). -52.222-21, Prohibition of Segregated Facilities (Feb 1999) - 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). - 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). - 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). - 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). - 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003)(31 U.S.C. 3332). - 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). 252.204-7006, Billing Instructions 252.246-7000, Material Inspection and Receiving Report 252.212-7000, Offeror Representations and Certifications-Commercial Items. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. The following clauses apply and are incorporated by reference: -52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). -252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). -252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). -252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637). -252.225-7012, Preference for Certain Domestic Commodities (DEC 2008) (10 U.S.C. 2533a). -252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) (10 U.S.C. 2533a). -252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). -252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). -252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). -252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 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 Benjamin.vasey@us.army.mil to the distribution. (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 4:30 PM (CDT) on 14 Aug 2009: Ms. Donna Webb, Contracting Officer, donna.webb1@us.army.mil and Mr. Benjamin M Vasey, Contract Specialist, benjamin.vasey@us.army.mil. The POC for this solicitation is Mr. Vasey, 309-782-3590
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H0909TVB02/listing.html)
- 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
- SN01889501-W 20090730/090728235414-657e35bfcf816aff38ada854c7541049 (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 |