SOLICITATION NOTICE
59 -- Diode rings and voltage monitors
- Notice Date
- 5/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-12-Q-FXF1
- Response Due
- 5/24/2012
- Archive Date
- 7/23/2012
- Point of Contact
- Enrique Torres, 575-678-1465
- E-Mail Address
-
MICC - White Sands Missile Range
(enrique.torres5.mil@mail.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. This is a combined synopsis/solicitation for commercials items prepared in accordance with the format in FAR subpart 12.603, 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59, effective 15 May 2012. The procuring contracting office is the Mission and Installation Contracting Command (MICC) - White Sands Missile Range (WSMR), 143 Crozier Street, White Sands Missile Range, NM 88002-5201. WSMR has a need to procure direct replacement parts for the PI-538 Flash X-Ray facility. The solicitation number for this acquisition is W9124Q-12-Q-FXF1 and is issued as a request for quotation (RFQ). This RFQ is competed as full and open and no set-asides have been made by the Government. Pursuant to the Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(A), it is anticipated that this acquisition will be sole source awarded to L-3 Sciences, Inc., 2700 Merced street, San Leandro, CA, 94577 as no other responsible sources exist. All responsible sources may submit a capability statement or quotation which shall be considered by MICC-WSMR. In the event multiple offers are received, pursuant to FAR 15.101-2, award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (Evaluation factors will be outlined in provision 52.212-2 paragraph (a) listed in the clause and provision section of this RFP). With the proposal, all offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. The applicable NAICS code is 334413 with at size standard of 500 employees. Payment will be made by the Defense Financial and Accounting System (DFAS); therefore, you must be registered in the Central Contractor Registration (http://www.ccr.gov/), as well as, Wide Area Work Flow (https://wawf.eb.mil/). Delivery should be Free on Board (F.O.B.) destination. Acceptance shall be made by the Government at the specified delivery destination no later than 15 days after receipt of items. The delivery schedule should be as follows: 30 days after date of contract (ADC). Delivery shall be made to the following point of contact and address: Gailen Malett, 1870 Aberdeen Avenue, White Sands Missile Range, NM 88002. The following Contract Line Item (CLIN) format will utilized: 0001 - Resistive voltage monitor; manufacturer: L-3 Sciences Inc., p/n: 1k-25; (quantity unit of issue) 2 each 0002 - Resistive voltage monitor manufacturer: L-3 Sciences Inc., p/n: 1k-60; (quantity/unit of issue) 2 each 0003 - Diode insulator ring; manufacturer: L-3 Sciences Inc., p/n: SK-104; (quantity/unit of issue) 26 each Submit only quotations that demonstrate all of the capabilities previously listed. From the FAR the following provisions and clauses are applicable to this solicitation: 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.211-17, Delivery of Excess Quantities; 52.212-1, Instructions to Offerors -- Commercial Items; No addenda to this provision. 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: i) Technical capability of the item offered to meet the Government requirement ii) Price iii) Delivery schedule; ability to meet the Government's required date of delivery (End of clause) All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 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; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking In Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-1, Payments; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law For Breach Of Contract Claim; 52.242-15, Stop-Work Order; 52.246-2, Inspection of Supplies -- Fixed-Price; 52.247-34, F.o.b. Destination; 52.253-1, Computer Generated Forms; 52.252-2, Clauses Incorporated by Reference; D1, Marking of Supplies; Survivability, Vulnerability, Assessment and Directorate (SVAD) ATTN: WAWF Acceptor; Randy Brady 1870 Aberdeen Avenue White Sands Missile Range, NM 88002 (End of clause) F1, Accelerated Delivery; The Government normally desires maximum acceleration of deliveries provided such acceleration is at no additional cost to the Government. However, prior to acceleration of delivery, approval must be obtained from the Procuring Contracting Officer. Acceleration in the delivery of end items will not be acceptable to the Government unless all other scheduled deliveries relating to contract items such as provisioning, technical documentation, drawings, publications, overpack kits, etc., are accelerated by an equal period of time. (End of clause) Full text of these clauses may be found at https://www.acquisition.gov/far. From the Defense Federal Acquisition Regulation Supplement (DFARS) the following provisions and clauses are applicable to this solicitation: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-0001, Line Item Specific: Single Funding; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.204-7008, Export-Controlled Items; 252.211-7003, Item Identification and Valuation; 252.211-7008, Use of Government-Assigned Serial Numbers; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7036, Buy American Act--Free Trade Agreements-- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.247-7023 Alternate III, Transportation of Supplies by Sea; Full text of these clauses may be found at www.acq.osd.mil/dpap/dars/dfars/html/current/tochtml.htm. From the Army Federal Acquisition Regulation Supplement (AFARS), the following provisions and clauses are applicable to this solicitation: 5152.209-4000, DoD Level 1 Antiterrorism (AT) Standards; (a)Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b)In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c)Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections (End of clause) Full text of these clauses may be found at http://farsite.hill.af.mil/VFAFAR1.HTM. Your company's tax identification number and Data Universal Numbering System (DUNS) number shall be indicated on the proposal. Offers are due no later than 04:00 PM MST, Thursday, May 24, 2012. Submittal of offers shall be made to the attention of SSG Enrique Torres via facsimile at (575) 678-4957 or e-mail at enrique.torres5.mil@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c65d1938fe5b8356d9e2e09151aa7991)
- Place of Performance
- Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN02748330-W 20120517/120515235730-c65d1938fe5b8356d9e2e09151aa7991 (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 |