Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
SOLICITATION NOTICE

52 -- Services, support and equipment to provided for Tactical Automatic Tank Gauging (TATG) equipment in support of on tactical fuel site within Afghanistan.

Notice Date
5/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333913 — Measuring and Dispensing Pump Manufacturing
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-11-R-S702
 
Response Due
6/14/2011
 
Archive Date
8/13/2011
 
Point of Contact
Abigail Jordan, 443-861-4739
 
E-Mail Address
ACC-APG (C4ISR)
(abigail.g.jordan3.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. 12 May 2011 SUBJECT: Solicitation No.: W15P7T-11-R-S702; Request for Proposal (RFP) This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested herein and a separate written solicitation will not be issued. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns Only. This solicitation, W15P7T-11-R-S702, is a Request for Proposal (RFP), with competitive procedures set forth as a 100% Small Business Set-Aside. The Government reserves the unilateral right to make no award or issue separate awards to separate vendors as determined to be in the Government's best interest. Army Contracting Command - Aberdeen Proving Ground ("ACC-APG"), a Government agency, intends to procure services, support, and equipment to be provided for Tactical Automatic Tank Gauging (TATG) equipment in support of one tactical fuel site within Afghanistan. Description QuantityDelivery DAC CLIN: 0001 - TATG System 1 LO4 months and Installation Service IAW PWS, as provided in additional documentation CLIN: 0002 - CDRL-Quality Control Plan1 LO-- DI-QCIC-81009-PWS Para 3.2.1 IAW Exhibit A, as provided in additional documentation CLIN: 0003 - CMRA1 LO-- IAW PWS, Paragraph 9.0 UIC: W3GHAA. Description/Salient Characteristics: Full description included in the PWS. Other Information/Requirements: 1.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars. It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY but is not obligated to consider the Offer of any Offeror that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements can be deemed by the Government as insufficient and non-responsive to the solicitation. 2.For this acquisition, the North American Industry Classification System (NAICS) number is 333913 small business size standard (500), and the FSC is 6680. 3.Offerors MUST disclose whether they are an Assembler, Manufacturer, Distributer or Reseller for each Item offered. 4.Delivery shall be completed by 120 days ARO, unless an acceptable alternate is proposed. 5.The parties recognize that the clauses in this contract dealing with rights in technical data, computer software and patent indemnity may be drafted in terms of rights flowing to the United States Government. Accordingly, the Contractor agrees to grant the United States Government the rights in technical data, computer software and patent indemnity by operation of those clauses in the contract. 6.Accelerated delivery at no additional cost to the Government is accepted and encouraged. 7.Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). 8.Inspection and acceptance shall be at DESTINATION. Shipment will be FOB DESTINATION. 9.Upon award the Contractor shall provide Subject Matter Experts to deploy TATG equipment to FOB Leatherneck in Afghanistan. Site and schedule will be established by the Contracting Officer Technical Representative (COTR). The work schedule will be as specified by site commanders, and is expected to exceed a forty (40) hour week. 10.Defense Priorities and Allocations System (DPAS) Rating: DOA7. INSTRUCTIONS: The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Addenda: A proposal, consisting of Cost/Price information and a Technical Proposal, shall be submitted. The Contractor shall prepare and submit a Quality Control Plan (QCP) in accordance with DI-QCIC-81009 as a part of their Technical Proposal. The QCP is the means by which the Contractor assures that the work complies with the requirement of the contract. The Contractor shall develop and maintain an effective QCP to ensure services are performed IAW the PWS. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor shall certify that its software development processes and quality control meet Software Engineering Institute (SEI) Capability Maturity Model (CCM) Level 2 or above. This plan will include a detailed schematic of the proposed and installed system. Offerors are permitted to provide ONLY ONE proposal for consideration; if more than ONE proposal is received, the offerors' responses will be determined unacceptable and will not be evaluated or considered for award. There is no page limitation for the proposal. Offerors are required to satisfy all requirements of the PWS that is attached under additional documentation in ASFI. The proposal package must declare whether the contractor is an assembler, a manufacturer, a distributer or reseller. Those vendors that are reselling an OEM commercial end product must declare the OEM manufacturer, the country of origin and the manufacturer's part number. The proposal package must include the following: the name of the manufacturer and the country where the manufacturing plant is located for the end product. Failure to provide this information may render the proposal incomplete and unacceptable. Contractors may submit an alternate product but they must also submit a technical proposal that clearly indicates that the product offered meets the salient characteristics and provides the information requested above. A failure to submit a complete and accurate technical proposal shall make the proposal technically unacceptable. The government reserves the unilateral right to reject an alternate product offered that does not meet all the salient characteristics. Offerors are advised to include a completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commerical Items, with their offer. BASIS OF AWARD/EVALUATION CRITERIA: The provision at FAR 52.212-2, Evaluation-Commercial Items, applies. Basis of Award and Evaluation Approach are as follows: BASIS FOR AWARD: Any award will be made based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the three evaluation factors: Technical, Cost/Price, and Past Performance. The Technical factor is significantly more important than Cost/Price. Cost/Price is significantly more important than the Past Performance factor. All evaluation factors other than Cost/Price, when combined, are approximately equal to Cost/Price. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the Technical factor. Offerors are cautioned that the award may not necessarily be made to the lowest cost or price offered. EVALUATION APPROACH The evaluation process will consider the following: 1. TECHNICAL EVALUATION APPROACH: Understanding of the Problem/Feasibility of Approach - The proposal will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in solving the problems and meeting the requirements presented in the task and the extent to which uncertainties are identified and resolutions proposed and whether the offeror's methods and approach to meeting the task requirements provide the Government with a high level of confidence of successful completion. The evaluation will also consider the realism of the allocated hours, labor categories, and materials proposed in order to successfully meet the task requirements. 2. COST/PRICE EVALUATION APPROACH: Fixed Price The Government will evaluate price by adding the total of all prices. 3. PAST PERFORMANCE EVALUATION APPROACH (ACCOMPLISHED BY THE CONTRACTING OFFICER) The Offeror's capabilities, related experience, techniques or unique combinations of these, are integral factors for achieving the proposal objective. The Contracting Officer reserves the right to make no award under this solicitation or issue multiple awards to multiple vendors as determined fair and reasonable for each item. PROVISIONS AND CLAUSES: The clause at FAR 52.212-4, Contract Terms and Conditions-Commerical Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. These PROVISIONS AND CLAUSES are listed below: 52.6307Executive Summary 52.7045Packaging And Packing Of Electronics Test Fixtures And Mechanical Gages 252.211-7003Item Identification And Valuation 52.211-17Delivery Of Excess Quantities 52.242-15Stop-Work Order 52.247-34F.O.B. Destination 52.6076Army Electronic Invoicing And Receiving Report Instructions (Wide Area Work Flow) (Oct 2007) 52.7050Administrative Data/Instructions To Paying Office 52.6110Mandatory Use Of Contractor To Government Electronic Mail 52.6115Material Inspection And Receiving Reports (Dd Form 250) Dfars Appendix F 52.6195Identification Of Contractor Employees In The Federal Workplace 52.7106Responsibilities For And Prohibitions On Contractor Personnel Use Of Government Information Systems (Is) May 2005 52.7500Contractor Deployment To South West Asia 252.222-7002Compliance With Local Labor Laws (Overseas) 252.223-7006Prohibition On Storage And Disposal Of Toxic And Hazardous Materials 252.225-7041Correspondence In English 252.228-7000Reimbursement For War-Hazard Losses 252.228-7003Capture And Detention 252.232-7003Electronic Submission Of Payment Requests And Receiving Reports 252.232-7008Assignment Of Claims (Overseas) 252.233-7001Choice Of Law (Overseas) 252.204-7000Disclosure Of Information 252.204-7003Control Of Government Personnel Work Product 252.231-7000Supplemental Cost Principles 252.246-7003Notification Of Potential Safety Issues 252.204-7008Export-Controlled Items 252.203-7000Requirements Relating To Compensation Of Former Dod Officials 252.203-7002Requirement To Inform Employees Of Whistleblower Rights 252.246-7004Safety Of Facilities, Infrastructure, And Equipment For Military Operations 252.237-7010Prohibition On Interrogation Of Detainees By Contractor Personnel 252.225-7001Buy American Act And Balance Of Payments Program (Jan 2009) -- Alternate I (Dec 2010) 252.212-7001Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items 252.225-7043Antiterrorism/Force Protection Policy For Defense Contractors Outside The United States 252.225-7040Contractor Personnel Authorized To Accompany U.S. Armed Forces Deployed Outside The United States 252.211-7005Substitutions For Military Or Federal Specifications And Standards 252.225-7997Additional Requirements And Responsibilities Relating To Alleged Crimes By Or Against Contractor Personnel In Iraq And Afghanistan (Deviation 2010-O0014) 252.225-7043Antiterrorism/Force Protection Policy For Defense Contractors Outside The United States 252.225-7040Contractor Personnel Authorized To Accompany U.S. Armed Forces Deployed Outside The United States 52.204-9Personal Identity Verification Of Contractor Personnel 52.209-6Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment 52.211-15Defense Priority And Allocation Requirements 52.212-4Contract Terms And Conditions--Commercial Items 52.215-8Order Of Precedence--Uniform Contract Format 52.222-19Child Labor--Cooperation With Authorities And Remedies 52.222-21Prohibition Of Segregated Facilities 52.222-26Equal Opportunity 52.222-29Notification Of Visa Denial 52.222-41Service Contract Act Of 1965 52.222-44Fair Labor Standards Act And Service Contract Act--Price Adjustment 52.222-50Combating Trafficking In Persons 52.228-5Insurance--Work On A Government Installation 52.232-1Payments 52.232-8Discounts For Prompt Payment 52.232-11Extras 52.232-17Interest 52.233-3Protest After Award 52.233-4Applicable Law For Breach Of Contract Claim 52.237-2Protection Of Government Buildings, Equipment, And Vegetation 52.239-1Privacy Or Security Safeguards 52.247-63Preference For U.S.-Flag Air Carriers 52.247-68Report Of Shipment (Repship) 52.253-1Computer Generated Forms 52.204-10Reporting Executive Compensation And First-Tier Subcontract Awards 52.223-18Contractor Policy To Ban Text Messaging While Driving 52.212-5Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items 52.222-42Statement Of Equivalent Rates For Federal Hires 52.222-36Affirmative Action For Workers With Disabilities (Oct 2010) -- Alternate I (Jun 1998) 52.222-50Combating Trafficking In Persons (Feb 2009) -- Alternate I (Aug 2007) 52.225-19Contractor Personnel In A Designated Operational Area Or Supporting A Diplomatic Or Consular Mission Outside The United States 52.219-4Notice Of Price Evaluation Preference For Hubzone Small Business Concerns 52.252-6Authorized Deviations In Clauses 252.225-7042Authorization To Perform 52.204-6Data Universal Numbering System (Duns) Number 52.207-1Notice Of Standard Competition 52.207-2Notice Of Streamlined Competition 52.215-16Facilities Capital Cost Of Money 52.237-1Site Visit 52.252-3Alterations In Solicitation 52.252-1Solicitation Provisions Incorporated By Reference 52.252-5Authorized Deviations In Provisions 52.225-18Place Of Manufacture 52.247-51Evaluation Of Export Offers (Jan 2001) -- Alternate Iii (Apr 1984) 52.212-1Instructions To Offerors-Commercial Items The following clauses are local ACC APG - Army Contracting clauses and the Contractor may request a copy from the Contract Specialist, if needed: 52.6195Technical Capabilities/Efforts 52.6205Price Support 52.6106Packaging Evaluation 52.6110Failure To Comply With F. O. B. Terms 52.7100All Or None Basis For Award 52.6106Notice: Solicitation Ombudsman 52.7130Insurance Statement Of Offeror 52.6307Executive Summary Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html Afghanistan Special Requirements Clauses are in full text as contained within the PWS. Clauses that will cover FAR Part 27 Patents, Data, and Copyrights will be added at a later date through an amendment of this solicitation. ADDITIONAL INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS PROPOSAL SUBMISSION: The offeror must be registered in the Central Contractor Registration (CCR) database prior to award. The offeror may register in CCR at http://www.ccr.gov. All parties interested in doing business with ACC-APG are invited to access the Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi/ASFI_FAQ.cfm. Upon accessing this webpage, look for the tab titled "ASFI for Industry". Under the "ASFI for Industry" tab you will be able to: check for business opportunities by clicking on the Contract Opportunities Search link, receive notifications by clicking on the Vendor Notification Service link. Vendor cannot submit responses via the Vendor Bid History. Vendors can only view "higher level" information regarding the response. No registration is needed for the Vendor to browse for business opportunities. For the Vendor to receive notifications he merely needs to provide company Commercial and Government Entity (CAGE) Code and E-Mail address. To submit a response the Vendor must provide the CAGE Code and Marketing Partner Identification Number (MPIN). Your company must be registered and current in the Central Contractor Register (CCR) in order to submit bids/proposals on ASFI. Please be advised that hard copies of the solicitation will not be made available. You must download solicitation documents from the ASFI. Instructions on how to use ASFI to include receiving notification, submitting and uploading bids or proposals, formatting and system requirements are provided at https://acquisition.army.mil/asfi/ASFI_FAQ.cfm. For Technical ASFI assistance please e-mail help desk at ASFI@conus.army.mil. The Offerors proposal shall be submitted electronically via ASFI. This proposal shall be due no later than 4:00 pm EST (Aberdeen Proving Ground, MD)on June 14, 2011. The offerors proposal shall consist of two volumes. The Volumes are I Technical Proposal and Volume II Cost/Price. Files shall not contain classified data. The use of hyperlinks in proposals is prohibited. The URL for ASFI is https://acquisition.army.mil/asfi/gov_personnel_main.cfm. ASFI User guides and Frequently Asked Questions can be found at: https://acquisition.army.mil/asfi/ASFI_FAQ.cfm. For ASFI technical assistance please email the ASFI help desk at ASFI@conus.army.mil Offerors need to have a current profile at the Central Contractor Registration (https://www.bpn.gov/ccr/default.aspx) in order to submit proposals. WARNING: Please do not wait until the last minute to submit your proposals. To avoid submission of late proposals, we recommend the transmission of your proposal file 24 hours prior to the required proposal due date and time. This announcement has been posted to the Federal Business Opportunities (FedBizOpps) website under Solicitation No.: W15P7T-11-R-S702. The points of Contact for this action are Abigail Jordan, Contract Specialist (443) 861-4739 or Abigail.g.jordan3.civ@mail.mil; and Steve Foster, Contracting Officer (443) 861-4842, or steven.g.foster3.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cab442d901a09186394eddbac0f6b7c3)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02446144-W 20110514/110512234339-cab442d901a09186394eddbac0f6b7c3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.