Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2014 FBO #4487
SOLICITATION NOTICE

H -- Small purchase order for the acquisition of ultrasonic testing inspection of high density polyethylene (HDPE) pipe welds

Notice Date
3/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q14T0074
 
Response Due
3/20/2014
 
Archive Date
5/5/2014
 
Point of Contact
Tammy Benson, 256-842-5811
 
E-Mail Address
ACC-RSA - (Missile)
(tammy.j.benson@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. Solicitation number W31P4Q-14-T-0074 is being issued as a request for quote; however, the US Army Contracting Command-Redstone intends to issue a firm fixed price purchase order for the acquisition of this requirement, subject to the availability of appropriate funds. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This requirement is for ultrasonic testing inspection of High Density Polyethylene (HDPE) pipe welds at Fort Greely, Alaska. The anticipated period of performance is from date of award through 5 May 2014. No site visits will be conducted prior to award. The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: - CLIN 0001 - Service CLIN - This CLIN will be issued for the total acquisition of the required service. - CLIN 0002 - Contract Data Requirements List (CDRLs) - See the attached draft CDRLs for a description of the deliverables. All deliverables will be accepted F.O.B. Destination. - CLIN 0003 - Contractor Manpower Reporting (CMR) - See the attached Performance Work statement (PWS) for the CMR requirements. The technical requirements for this action are contained in the attached PWS, Quality Assurance Surveillance Plan, and CDRLs. 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 attached Evaluation Criteria shall be used to evaluate offers. The technical portion of the quote should clearly and fully demonstrate the offeror's understanding of the PWS and the offeror's capabilities, knowledge, and related experience to perform the types of work described in the PWS. Stating that the offeror understands and will comply with the technical requirements is not adequate. Offerors are cautioned that parroting of the Technical requirements or the PWS with a statement of intent to perform does not reflect an understanding of the requirement or capability to perform. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. Proprietary information shall be clearly marked. Similarly, phrases such as quote mark standard procedures will be employed quote mark or quote mark well-known techniques will be used quote mark are also inadequate. The quote should be practical and simple providing straight-forward, concise delineation of the approach the offeror will use to perform the work. The technical portion of the quote should include NDT Certifications of inspectors and analysts IAW NAS 410 or SNT-TC 1A. It should also include proposed equipment necessary for inspection as well as support equipment (calibration standards/reference standards, etc.). A list of key personnel with appropriate qualifications described (NDT Certifications, technical training, experience with recommended equipment and NDT technique) should also be included. Key personnel are designated as both the inspectors and the analysts. Examples of company generated inspection techniques for 8 quote mark HDPE piping and data review/capture protocol should also be submitted. The schedule portion of the quote shall discuss the ability of the offeror to perform and complete the requirements of the Performance Work Statement according to the dates in the Milestone Schedule, with the physical inspection of HDPE piping at Fort Greely, Alaska, completed no later than 15 April 2014. The price portion of the quote shall list the firm, fixed price the offeror believes is reasonable to accomplish the work described in the PWS. The price should be broken out by labor, material and travel costs. The labor cost should include the labor categories of the individuals to perform the work, the fully loaded labor rate for each labor category, and the number of labor hours estimated for each labor category. A bill of materials should be provided as support for any material costs. Support for the travel costs should include the number of trips, the number of people per trip, the number of days per trip, the origin airport and the destination airport. The past performance portion of the quote shall contain past performance information regarding similar/relevant inspections/reports. Experience/expertise is to be documented with at most 3 copies of reports from previous projects on the same type of piping and with the recommended equipment and certified personnel. The technical, schedule and price portions of the quote shall be limited to a total of 10 pages (8 1/2 x 11 single-space), of English text and illustrations, as necessary, and shall be in MS Word for Windows format. There is no page limit to the past performance (reports from previous projects) portion of the quote. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The following FAR provisions/clauses are applicable to this requirement: - 52.204-7 - System for Award Management - 52.212-1 - Instructions to Offerors - 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 - 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards - 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment - 52.219-28 - Post Award Small Business Program Rerepresentation - 52.222-3 - Convict Labor - 52.222-21 - Prohibition of Segregated Facilities - 52.222-26 - Equal Opportunity - 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans - 52.222-36 - Affirmative Action for Workers with Disabilities - 52.222-37 - Employment Reports on Veterans - 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving - 52.225-13 - Restrictions on Certain Foreign Purchases - 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management - 52.222-41 - Service Contract Act of 1965 - 52.222-42 - Statement of Equivalent Rates for Federal Hires - 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors - 52.242-15 - Stop-Work Order - 52.246-4 - Inspection of Services -- Fixed Price The following DFARS clauses are applicable to this requirement: - 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials - 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information - 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports - 252.232-7006 - Wide Area Workflow Payment Instructions - 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel Other clauses may be included in the award if applicable. As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award. Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. Offerers must fill-in the attached provision, DFARS 252.209-7993 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations, and submit with their quote. Quotes are due no later than 3:00 pm (CST), 20 March 2014 in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Tammy Benson at tammy.j.benson@us.army.mil or via facsimile at 256-313-2392, marked to the attention of Tammy Benson. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: ACC-RSA, CCAM-RDB ATTN: Tammy J. Benson (256-842-5811) Building 5400, Room B132 Redstone Arsenal, AL 35898-5250 Oral communications are not acceptable in response to this notice. NO FOREIGN PARTICIPATION IS ALLOWED. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of best value using the evaluation criteria. All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and DUNS number. Quotes/offers received after the specified due date and time will not be considered for award. For further information or questions regarding this solicitation, contact Tammy Benson via email at tammy.j.benson@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa5c84bdfa7940a87b972f502b093c7d)
 
Place of Performance
Address: US Army RDECOM, WDID, RDMR-WDP-A Missile Field 1 Fort Greely AK
Zip Code: 99731
 
Record
SN03304241-W 20140308/140306235358-fa5c84bdfa7940a87b972f502b093c7d (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.