SOLICITATION NOTICE
66 -- 3D Metrology System & Accessories
- Notice Date
- 4/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV08610
- Response Due
- 4/27/2010
- Archive Date
- 6/26/2010
- Point of Contact
- Jared Chambers, 586-282-9672
- E-Mail Address
-
TACOM Contracting Center (TACOM-CC)
(jared.chambers1@us.army.mil)
- 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; proposals are being requested and a written solicitation will not be issued. Combined Synopsis and Solicitation W56HZV08610: 3D Metrology System I. INTRODUCTION A. 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; since this is the combined Synopsis and Solicitation; a formal Solicitation will not be created. US Army TACOM Contracting Center proposes to award a firm fixed price contract for a Veeco NPFLEX 3D Metrology System based on Brand Name Justification. B. The combined synopsis and solicitation number is: W56HZV08610 C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, effective 12 Jun 2008. D. The NAICS code applicable to this acquisition is 334516 with a size standard of 500 employees. E. Basis for award will be best value to the Government. II. GENERAL A. The United States Army, TACOM LCMC in Warren, Michigan has a requirement for the following: Item # Part No Description Qty 1 OM-NPFLEX NPFLEX 3D Metrology System 1 2 NPFLEX-110V Config for 110/120VAC US 1 3 NPFLEX-Monitor Monitor on Ergonomic ARM 1 4 NPFLEX-12in STG 12-Inch XY Motorized Stage 1 5 NPFLEX-Z Manual Manual Head Motion 1 6 NPFLEX-F0.55X 0.55X FOV Multiplier Tube 1 7 NPFLEX-F2X 2.0X FOV Multiplier Tube 1 8 NPFLEX-10X SLWD 10X, 34MM WD LINNIK Objective 1 9 NPFLEX-CM Crash Mitigation Assembly 1 10 NT-O2.5X20% IX 2.5 INT OBJ, 20% RFL, 3.48MM 1 11 NT-O50X IX-50A A-THRM INT OBJ, 90% RFL 1 12 NPFLEX-SGl-OBJ Single OBJ Adaptor for STD OBJ 1 13 NPFLEX-50STEP 50UM Step Height Standard 1 14 NPFLEX-REFMIR Super Smooth SIC REF Mirror 1 15 ITCS Install and On-site Training (2 Days) 1 16 NPFLEX-GP-COURSE Advanced User Training (3 Days) 1 B. Delivery and Acceptance: Delivery and Acceptance will be FOB destination. Ship To: 6501 E. Eleven Mile Road Warren, MI 48379-5000 C. This acquisition is unrated under the Defense Priorities and Allocations System (DPAS). D. All inquires must be received by TACOM no later than 3:00 PM-EST, 27 April 2010. Email questions to jared.chambers1@us.army.mil. III. SOLICITATION PROVISIONS AND CONTRACT CLAUSES The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation: Complete text of FAR and DFARS provisions and clauses can be accessed at: Federal Acquisition Regulation (FAR): http://farsite.hill.af.mil/vffar1.htm Department of Defense FAR Supplement (DFARS): http://farsite.hill.af.mil/VFDFAR1.HTM The listed provision or clauses require contractors to fill-in the necessary information applicable to this solicitation and be included with quote: 52.212-3 52.219-1 52.225-2 52.204-7, CCR Registration 52.212-1, Instructions to Offerors -- Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3, Offeror Representations and Certifications -- Commercial Items 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. (Items (b): 7, 17, 18, 19, 20, 21, 23, 34, 38) 52.214-34, Submission of Offers in the English Language 52.214-35, Submission of Offers in U.S. Currency 52.229-3, Federal, State, and Local Taxes 52.232-1, Payments 52.232-8, Discounts for Prompt Payment 52.232-11, Extras 52.232-17, Interest 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-2, Service of Protest 52.233-3, Protest After Award 52.233-1, Disputes 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) 52.249-8, Default (Fixed-Price Supply and Service) 52.252-5, Authorized Deviations in Provisions 52.252-6, Authorized Deviations in Clauses The following clauses from the Defense Federal Acquisition Regulation (DFAR) apply to this synopsis/solicitation: 252.211-7003, Item Identification and Valuation ALTERNATE I 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Items (b): 1, 5) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.246-7000, Material Inspection and Receiving Report Additional TACOM Contracting Center-Warren clauses: 52.211-4000, Marking of Shipment (JUL 2008) All packages must be marked with the contents and TACOM Contract/Order Number. Failure to properly mark all shipments may result in delayed payment and possible rejection of invoices and/or shipments. 52.232-4000, Contracting Officer's Authority (APR 2006) The Contracting Officer is the only person authorized to approve additions or changes in any of the requirements under any contract, resulting from this solicitation, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event that the contractor effects any change at the direction of any person other than the Contracting Officer, such change shall be solely at the risk of the contractor. (See General Provision, entitled: Notification of Changes, FAR 52.243-7 or paragraph (c) of FAR 52.212-4). 52.232-4007, Wide Area Work Flow (WAWF), Codes and Designated Acceptors (APR 2008) USE THE FOLLOWING CODES TO ROUTE YOUR INVOICES THROUGH WAWF: To be determined (TBD) The WAWF system will prompt for additional e-mail submission after clicking Signature. The following additional e-mail submissions are required: Primary Acceptor Name: (TBD) Primary Acceptor e-mail: (TBD) Alternate Acceptor Name: (TBD) Alternate Acceptor e-mail: (TBD) WAWF Invoicing Procedures: Invoices will be submitted electronically through DFAS payment automated system Wide Area Work Flow (WAWF). Contractors, when requesting payment for your contract in WAWF, please submit as a combo, not an invoice. In addition, when requesting payments, the contractor can notify the Acceptor by clicking SEND MORE E-MAIL NOTIFICATIONS and entering the Acceptors e-mail address. Training is available at http://www.wawftraining.com/. The paying office DoDAAC and mailing address is located on the first page of the award. To track the status of your invoice, click on the link, Pay status (myInvoice-External link) at the bottom of the left-hand menu. TACOM-Warren uses WAWF-RA (Receipt and Acceptance) to electronically process vendor requests for payment. (See DFARS clause 252.232-7003, entitled Electronic Submission of Payment Requests and Receiving Reports). Under WAWF-RA, vendors electronically submit (and track) invoices, and receipt/acceptance documents/reports. Submission of hard copy DD250/invoices is no longer acceptable for payment purposes. The contractor shall register to use WAWF-RA at https://wawf.eb.mil There is no charge to use WAWF. Direct any questions relating to system setup and vendor training to the Help Desk at Ogden, UT at 1-866-618-5988. Web-based training for WAWF is also available at http://www.wawftraining.com/ To obtain payment, WAWF requires the contractor to input/indicate the various DoDAAC (Department of Defense Activity Address Code) codes that apply to the acquisition. These codes can be found on the cover page of contracts/orders as described below. Also, contractors must ensure to include the purchase request number in the line item description. This number can be found under the line item description on the order/contract. (Type of Invoice: If this contract calls for contractor submission of a Material Inspection and Receiving report by virtue of the inclusion of the clause at DFARS 252.246-7000, Material Inspection and Receiving Report, use a combo Invoice and Receiving Report. If this DFARS clause is NOT in the contract, use a two-in-one invoice as described in WAWF.) If your paying office is Columbus, direct any payment-related questions to the Defense Finance Accounting Services (DFAS) Columbus at 1-888-756-4571. Please have your order number and invoice ready when calling about payment status. If your paying office is other than Columbus, contact your contract administrator for the customer service phone/fax numbers. (End of Clause) 52.237-4000 (TACOM) CONTRACTOR MANPOWER REPORTING (FEB 2007) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes the following: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; 2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub- contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor, and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. (End of clause) 52.246-4009, INSPECTION AND ACCEPTANCE POINTS: DESTINATION (FEB 1995) Inspection and acceptance of supplies offered under this purchase order shall take place as specified here. Inspection: DESTINATION Acceptance: DESTINATION 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquistion.gov/comp/far/index.html http://farsite.hill.af.mil.vfdfar.htm (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a4dc94e0d74ee94318a44f5c22a2d1e2)
- Place of Performance
- Address: TACOM Contracting Center (TACOM-CC) 6501 E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Zip Code: 48397-5000
- Record
- SN02126680-W 20100422/100420234851-a4dc94e0d74ee94318a44f5c22a2d1e2 (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 |