Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
SOLICITATION NOTICE

J -- Military Free Fall School Oxygen Equipment Calibrations

Notice Date
9/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-12-T-1075
 
Response Due
9/24/2012
 
Archive Date
11/23/2012
 
Point of Contact
Kimberly Ross, 928-328-3314
 
E-Mail Address
MICC Center - Yuma Proving Ground
(kimberly.r.ross14.civ@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 (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 Effective 13 Sep 2012 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20120906 (Effective 06 Sep 2012) Edition. This solicitation is being issued as a Request for Quotation (RFQ) under Solicitation Number W9124R-12-T-1075. The solicitation is issued on an unrestricted basis. The North American Industry Classification System (NAICS) code is 811219 with a size standard of $19.0 Million. All prospective bidders must be actively registered in the System for Award Management (SAM). Offerors may register online at https://www.sam.gov/portal/public/SAM/. Competition is for a Firm Fixed Price (FFP) contract. It is anticipated that payment will be made by Defense Finance and Accounting Service (DFAS) through Wide Area Workflow (WAWF). Per FAR 52.212-2, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement and price. Quote must be provided for all Contract Line Item Numbers (CLINs); no partial quotes will be accepted. The U.S. Army Yuma Proving Ground (USAYPG) in Yuma, AZ 85365 has a requirement for the provision of all direct labor, material, supervision, gauge calibration, and maintenance and all other items and services (not specifically identified herein to be Government - furnished), necessary to perform Air Support Services. The successful offeror shall provide services on USAYPG to the Military Free Fall School (MFFS) in accordance with the attached Performance Work Statement (PWS). The period of performance for the service will be three years from the date of contract award. All interested concerns must submit a quotation and documentation demonstrating their qualifications to provide the services. As part of the price evaluation, the Government will evaluate the "Option to Extend Services" under FAR clause 52.217-8 by adding one-half of the Offeror's final option period prices to the Offeror's total price. Thus, the Offeror's total price, for the purpose of evaluation, will include the base period, first option, second option, and one-half of the second option. Offerors are required only to price the base, first option, and second option. Offerors shall not submit a price for the potential one-half year extension of services period. Options. The Government will evaluate offers for award purposes by adding the total price for all 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). This RFQ closes on Monday, 24 September 2012 at 4:00 PM Mountain Standard Time (MST). Offers shall be clearly marked with RFQ referencing number #W9124R-12-T-1075 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6534 no later than the closing date and time. In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 21 September 2012 at 1:00 PM MST. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Completed the annual representations and certifications in SAM, and submit a signed copy of FAR Clause 52.212-3(b); or a completed copy of FAR 52.212-3, Representations and Certifications with Alternate I. Note: In order to complete the Representations and Certifications go to the Air Force Website at http://farsite.hill.af.mil, locate the referenced provision, copy and paste it to a Word document and complete.; (4) Submit a completed, signed copy of DFARS 252.209-7999; see below for full text; (5) Proposed price, Arizona vendors may include the Arizona Transaction Privilege Tax, if applicable; and (6) Acknowledgment of Solicitation Amendments, if applicable. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The CSS and all other associated documentation are located at the Mission & Installation Contracting Command - Yuma Proving Ground web site at: http://www.yuma.army.mil/site_contracting.asp. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.212-1, Instructions to Offerors of Commercial items (Feb 2012) 52.212-3, Offeror Representations and Certifications Commercial Item (Apr 2012) with Alternate I (Apr 2011) 52.217-5, Evaluation of Options (Jul 1990) FAR Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2012) FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Aug 2012) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) FAR Clauses added by addendum: 52.217-8, Option to Extend Services (Nov 1999) insert 30 days 52.247-34, FOB Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998) with http://farsite.hill.af.mil/vffara.htm 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 42 months. (End of clause) DFARS Provisions: Please fill-in 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Deviation 2012-00004) (Jan 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) DFARS Clauses: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Jan 2009) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002) DFARS clauses added by addendum: 252.201-7000, Contracting Officer's Representative (Dec 1991) 252.211-7003, Item Identification and Validation (Aug 2008) 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) 252.232-7010, Levies on Contract Payments (Dec 2006) The following also applies: 5152.233-4000, AMC-LEVEL PROTEST PROGRAM (Sep 2011) 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 (HQ), Army Materiel Command (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 the Government Accountability Office (GAO) 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. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/86d381ec3a9d530abc5036e84b2e2b15)
 
Place of Performance
Address: MICC - Yuma Proving Ground 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02891234-W 20120922/120921000412-86d381ec3a9d530abc5036e84b2e2b15 (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.