SOLICITATION NOTICE
J -- AC 6040 Security X-Ray Scanner - RFQ
- Notice Date
- 5/11/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
- ZIP Code
- 95652
- Solicitation Number
- HQ0727-16-R-0011
- Archive Date
- 6/7/2016
- Point of Contact
- Robynn L. Hagan, Phone: 9169992797
- E-Mail Address
-
robynn.hagan@dmea.osd.mil
(robynn.hagan@dmea.osd.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS Sole Source RFQ 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 is not a request for competitive quotation. Sole source award will be made to Autoclear, 2 Gardner Rd, Fairfield NJ, 07004-2206, based on FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Please submit your capability statement by 23 May 2016, 3:00 p.m. Pacific Standard Time (PST). Solicitation HQ0727-16-R-0011 is issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87 effective 6 Apr 2016. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. The NAICS Code is 811219 with a size standard of $20.5M average annual receipts over the last 3 years. DPAS Rating is C9E. This requirement is a sole source/brand name purchase of Autoclear preventative, remedial and emergency maintenance for an AC6400 Security X-Ray scanner for use at Defense MicroElectronics Activity (DMEA), 4234 54th St, McClellan, CA. The period of performance will be 01 Aug 2016 - 31 July 2021, which includes one (1) base year and four (4) option years. If all options are exercised performance would conclude 31 Jul 2021. The following contract line items will be used: 0001 Annual Maintenance Agreement for AC6040 - Platinum Level 1001 OPTION 1 Annual Maintenance Agreement for AC6040 - Platinum Level 2001 OPTION 3 Annual Maintenance Agreement for AC6040 - Platinum Level 3001 OPTION 3 Annual Maintenance Agreement for AC6040 - Platinum Level 4001 OPTION 3 Annual Maintenance Agreement for AC6040 - Platinum Level The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: Written quotes are due at or before 3:00 PM (PST), Wednesday 23 May 2016. Submit to: Defense Microelectronics Activity (DMEA), Attn: Robynn Hagan, 4234 54th Street, McClellan, CA 95652, or by facsimile to: 916-231-2818, or by email to robynn.hagan@dmea.osd.mil SAM. Offerors must be registered in the SAM database prior to submitting an invoice. Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration at least two weeks prior to invoicing. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph The following evaluation factors shall be used to evaluate offers: 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) warranty provisions and responsiveness (ii) price, Technical and other non-price factors, when combined, are not significantly different than price. Evaluation of quotes may be made without discussions. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): _http://farsite.hill.af.mil/ SOLICITATION PROVISIONS/CONTRACT CLAUSES: The following FAR & DFAR provisions and clauses apply to and are incorporated in the solicitation either by reference or in full text: 52.212-1 Instructions to Offerors-Commercial Items FEB 2012 52.212-2 Evaluation - Commercial Items JAN 1999 52.212-3 Alt I Offeror Representations and Certifications -- Commercial Items APR 2013 52.212-4 Contract Terms and Conditions-Commercial Items FEB 2012 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive JAN 2013 Orders--Commercial Items (Consider items 4,10,12,22,25,27,28,33,40,44, and 51 (paragraph (b) clauses are considered checked and apply) and Paragraph (c) clauses: 1,2,3,4, and 8 52.217-5 Evaluation of Options JUL 1990 52.217-8 Option to Extend Services NOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.232-40 Providing Accelerated Payments to Small Business Contractors DEC 2013 DFARS 252.203-7000 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.203-7003 Requirements Relating to Compensation of Former DoD Officials JUN 2012 252.204-0001 Line Item Specific: Single Funding SEP 2009 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2015 252.204-7015 Disclosure of Information to Litigation Support Contractors FEB 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 DFAR Provisions 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DEC 2015 252.204-7011 Alternative Line Item Structure SEP 2011 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreement-Representation (DEVIATION 2015-O0010) FEB 2015 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 Local Clauses Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) Submittal Instructions (July 2015) (DMEA #S16-012) a. The Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) system via Wide Area Workflow (WAWF) is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. b. To access iRAPT, the Contractor shall- i) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and ii) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. c. WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through iRAPT. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ d. WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. e. The Contractor shall submit Item Unique Identification IUID data "as part of the Material Inspection and Receiving Report" (as required by DFARS 252.211-7003) on delivered end items during the acceptance process. Access iRAPT via WAWF at https://wawf.eb.mil// Table 1 - Vendors shall select "Send More Email Notifications" in iRAPT to: Government Points of Contact Email address Contracting Officer Representative (COR)/Project Engineer/Manager and or Technician Franklin.Louie@dmea.osd.mil Contract Specialist or Contracting Officer Robynn.Hagan@dmea.osd.mil iRAPT Administrator Zonel.Laborde@dmea.osd.mil or Marigil.Sabado@dmea.osd.mil WAWF MailBox contractingWAWF@dmea.osd.mil (1) Definitions: Acceptor: Contracting Officer's Representative/Project Engineer/Program/Project Manager, or other government acceptance official. Pay Official: DFAS payment - HQ0748 SHIP To/Service Acceptor DoDAAC: - HQ0727 (2) iRAPT Contractor Input Information. The contractor shall input the selected Document Type creating electronic payment requests in iRAPT: ____ "Invoice" ____ "2-in-1 Invoice" (Services Only) ____ "Receiving Report" __X__ "Invoice and Receiving Report" (Combo) for Materials and or Services ____ "Cost Voucher" (FAR 52.216-7, 52.216-13, 52.216-14, 52.232-7) Table 2 - For iRAPT Routing Information based on Contract Type Description SF 26 SF 33 SF 1442 SF 1449 DD 1155 Located In Block /Section Contract Number Delivery Order 2 See Individual Order 2 See Individual Order 4 N/A 2 4 1 2 CAGE Code 7 15a 14 17a 9 Pay DoDAAC 12 HQ0748 25 HQ0748 27 HQ0748 18a HQ0748 15 HQ0748 Inspection/Acceptance Section E or INSPECTION AND ACCEPTANCE Issue Date 3 5 3 3 3 Issue by DoDAAC 5 HQ0727 7 HQ0727 7 HQ0727 9 HQ0727 6 HQ0727 Admin DoDAAC 6 HQ0727 24 HQ0727 26 HQ0727 16 HQ0727 7 HQ0727 Ship To/Service Acceptor DoDAAC 6 HQ0727 24 HQ0727 26 HQ0727 16 HQ0727 7 HQ0727 Ship to Extension Do Not Fill In Services or Supplies Based on majority of requirement as determined by monetary value Final Invoice? Do not change "N" (no) to "Y" (yes) unless this is the last invoice and the contract is ready for closeout COR/Project Engineer The point of contact for the ship to address in Section F - Delivery Information (3) Invoices - Invoice 2-n-1 (Services Only) and Invoice and Receiving Report (Combo): When submitting the final invoice for payment for a contract, select the "Y" selection from the "Final Invoice?" drop-down box. Upon successful submission of the invoice, click on the Send More Email Notifications link to send to email addresses listed in Table 1 above. (4) Defense Finance and Accounting Service (DFAS) information may be accessed using the DFAS website at http://www.dfas.mil/. Payment status information may be accessed using the myInvoice system in WAWF (myInvoice system requires registration in the WAWF system) or by calling the DFAS Columbus helpdesk at 800-756-4571(Select Option 2, then Option 2 again). The contract number and shipment/invoice number will be required to check payment status. Security (DMEA #S16-008) (a) Contractor Personnel Performing on-site shall be U.S. Citizens (1) Contractor shall ensure employees have current, valid and appropriate driver's licenses to service the DMEA facility. (2) All personnel and vehicles entering the DMEA perimeter are subject to inspection. (b) The contractor shall provide a listing of all authorized personnel prior to service, within 5 business days of award, issuance, to the DMEA Security Office. List will include: (1) Each contractor's full name; (2) Proof of U.S. Citizenship upon finger printing appointment, please bring either a certified birth certificate, U.S. passport {current or expired}, or certificate of naturalization; (3) If applicable: Driver's license number to include state of issue and expiration date (c) Personnel on the authorized list must come to DMEA within 5 days of contract award issuance or before the first official service day at DMEA to show proof of U.S. citizenship, be fingerprinted, and have their picture taken. Contractor will show driver's license to validate against Contractor provided personnel list. (d) The DMEA Security Officer will review the results of the fingerprint background check, to determine suitability and issue contractor badge(s). Badges will be maintained at the Security Desk, contractor will report to Security booth upon arrival to DMEA and return badges prior to departing DMEA facility.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-16-R-0011/listing.html)
- Place of Performance
- Address: 4234 54th Street, McClellan, California, 95652-2100, United States
- Zip Code: 95652-2100
- Zip Code: 95652-2100
- Record
- SN04114005-W 20160513/160511235112-4cda2909e0face4dec9858059de88aa3 (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 |