Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2015 FBO #5139
SOLICITATION NOTICE

36 -- Supremax Borosilicate Glass Plates - Combo-Synopsis and Provisions and Clauses Full-Text

Notice Date
12/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327211 — Flat Glass Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0030
 
Archive Date
1/13/2016
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979
 
E-Mail Address
nicole.g.hernandez2.civ@mail.mil
(nicole.g.hernandez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses Full-Text Combo Synopsis-Solicitation for Commercial Purchases (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT only one [BRAND-NAME] SOURCE (FEB 2015) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one brand name source under the authority of FAR 13.106-1(b)(1)(i). The name of the manufacturer the Government intends is SCHOTT North America, Inc., 5530 Shepherdsville Road, Louisville, KY 40228 USA. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (End of clause) (ii) The solicitation number Is W911QX-16-T-0030. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85 dated 04 December 2015. (iv) The associated NAICS code is 327211. The small business size standard is 1,000 employees (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: 14 inch x 14 inch x 45 mm. Supremax borosilicate glass polished to optical transparency, Quantity of eighty (80) CLIN 0002: 16 inch x 16 inch x 45 mm Supremax borosilicate glass polished to optical transparency, Quantity of ten (10) CLIN 0003: 14.032 inch x 26.19 inch x 45 mm Supremax borosilicate glass polished to optical transparency, Quantity of twelve (12) CLIN 0004: 20.305 inch x 27.390 inch x 45 mm Supremax borosilicate glass polished to optical transparency, Quantity of eight (8) CLIN 0005: Shipping and Handling for CLINs 0001-0004. (vi) Description of requirements: The Contractor shall provide 110 glass plates from manufacturer: SCHOTT North America, Inc. 5530 Shepherdsville Road Louisville, KY 40228 USA All the plates shall have the with the following specifications: - Quantity of eighty (80) - 14 inch x 14 inch x 45 mm. Supremax borosilicate glass polished to optical transparency. - Quantity of ten (10) - 16 inch x 16 inch x 45 mm Supremax borosilicate glass polished to optical transparency. - Quantity of twelve (12) - 14.032 inch x 26.19 inch x45 mm Supremax borosilicate glass polished to optical transparency. - Quantity of eight (8) - 20.305 inch x 27.390 inch x45 mm Supremax borosilicate glass polished to optical transparency. - All plates shall be 45mm thick after polishing - Edges of all plates shall be cut utilizing water-jet cut method and shall be chamfered. - All plates shall be individually wrapped with brown paper. (vii) Delivery is required by ten (10) weeks after contract award. Delivery shall be made to Aberdeen Proving Grounds (APG), Aberdeen, MD 21005. Acceptance shall be performed at Aberdeen Proving Grounds (APG), Aberdeen, MD 21005. The FOB point is Aberdeen Proving Grounds (APG), Aberdeen, MD 21005. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug, 2013), 52.219-28 Post Award Small Business Program Representation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 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 (July 2014), 52.222-50 Combating Trafficking in Persons (Mar 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-7000 Disclosure of Information (Aug 2013), 252.204-7003 Control of Personnel Work Product (Apr 1992); 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (Aug 2015),, 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Sep 2015), 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252-225-7000 Buy American Statute-Balance Of Payments Program Certificate (JUN 2012), 252.225-7001 Buy American and Balance of Payments Program-Basic (Nov 2014), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.244-7000 Subcontracts for Commercial Items (JUN 2013) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16, Commercial and Government Entity Code Reporting (JUL 2015) 52.252-2 Clauses Incorporated By Reference (Feb 1998) 252.204-0007, Contract-Wide: Sequential ACRN Order. (SEP 2009) 252.211-7003 Item Identification and Valuation (Jun 2013) 252.232-7006, Wide Area Workflow Payment Instructions APG-ADL-B.5152.204-4409, ACC - APG Point of Contact (APR 2011) APG-ADL-B.5152.204-4411, Technical Point of Contact (DEC 2002) APG-ADL-B.5152.206-4400, Intent to Solicit Only One Source (FEB 2015) APG-ADL-H.5152.211-4401ALT, Receiving Room Requirements - APG Alternate I (JAN 2003) APG-ADL-L.5152.215-4441, US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website APG-ADL-B.5152.216-4407, Type of Contract (SEP 1999) APG-ADL-G.5152.232-4418, Tax Exemption Certificate (SEP 1999) APG-ADL-E.5152.246-4400, Government Inspection and Acceptance (SEP 1999) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: (xvi) Offers are due on 12/29/2015, by 11:59AM Mountain Standard Time (MST) via email to the contract specialist, Nicole Hernandez, nicole.g.hernandez2.civ@mail.mil (xvii) For information regarding this solicitation, please contact Nicole Hernandez, 575-678-4979, nicole.g.hernandez2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5569e41ca62fee39251fa2cd09e3ea1c)
 
Place of Performance
Address: U.S. Army Research Laboratory, Aberdeen Proving Grounds (APG), Aberdeen, MD 21005, Aberdeen Proving Ground, Maryland, 21005-5066, United States
Zip Code: 21005-5066
 
Record
SN03972170-W 20151219/151217234721-5569e41ca62fee39251fa2cd09e3ea1c (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.