SOLICITATION NOTICE
65 -- Digital X-ray System - Attachment 0002 - Attachment 0001 - Attachment 0003
- Notice Date
- 6/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J-16-T-C123
- Archive Date
- 8/2/2016
- Point of Contact
- Lorraine Geren, Phone: 3097826757, Cindy K. Wagoner, Phone: 3097820182
- E-Mail Address
-
lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Work References Form Performance Work Statement 5/27/2016 FAR Clause 52.225-2 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; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-16-T-C123. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, 15 June 2016. The NAICS code for this procurement is 334517; the small business size standard is 1,000 employees. The Federal Supply Code is 6525. The Small Business Administration has issued a Class Waiver to the Non-Manufacturing Rule (NMR) for FSC 6525/NAICS 334517, as listed on the Class Waiver List dated January 1, 2015. Offerors must be registered within the System for Award Management (SAM) database in order to receive an award against this Solicitation. The website for SAM is https://www.sam.gov/. DESCRIPTION OF REQUIREMENT This solicitation is issued for a High Energy Digital X-ray Imaging System, in accordance with the Performance Work Statement (PWS) at Attachment 0001. The Contract Line Item Number (CLIN) Structure is defined as follows: CLIN 0001 - High Energy Digital X-ray System, to include Spare Parts List CLIN 0002 - Installation/Leak Test/Calibration/Training and Associated Reports Drawings and specifications associated with this requirement (labeled as "16TC123 Docs") may be accessed in accordance with procedures outlined within Clause 52.0000-4502, Technical Data Package Information, and Distribution and Destruction of Restricted Technical Data. This clause is listed under the "CLAUSES" section of this announcement. The drawings are considered "Restricted, Export Control TDP". TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as a 100% Small Business Set-Aside. Award will be made using Low Price Technically Acceptable (LPTA) Source Selection procedures, resulting in a single award Firm Fixed Price contract. DELIVERY and LOCATION CLIN 0001 - The Delivery Date is December 28, 2016. CLIN 0002 - The Delivery Date is January 16, 2016 Delivery is FOB Destination to: Crane Army Ammunition Activity 300 Highway 361 Crane, Indiana 47522-5001. SITE VISIT A mandatory Site Visit will be held at Crane Army Ammunition Activity on June 29, 2016. The purpose of the site visit is to allow viewing of the building within which the Imaging System will be placed. Potential offerors MUST provide notice of intent to attend the Site Visit No LATER THAN June 23, 2016 to: Lorraine Geren, Lorraine.geren.civ@mail.mil and Cindy Wagoner, cindy.k.wagoner.civ@mail.mil. The following information must be provided for those individuals who will be attending the Site Visit: Company Name, Company Address, Visitor Name(s), Visitor(s) Title, Visitor(s) Telephone Number, Visitor(s) email address. QUOTE SUBMISSION REQUIREMENTS The following shall be submitted in response to this solicitation: (1) Quote (Offered Price). The quote shall provide prices for each of the following CLINS (definitions are provided under the heading "Description of Requirement"): CLIN 0001 CLIN 0002 (2) Company Name/CAGE Code/DUNS number (3) Point of contact (Name/Title/phone number/email address) (4) Completed Clause as follows (at Attachment 0002): FAR 52.225-2, Buy American Certificate (5) Technical Capability Information, as follows: a. Capability Statement/Literature/Brochure which clearly defines the company skills and competence areas. b. Gantt chart which clearly outlines the proposed schedule of tasks required and proposed, for completion of all requirements outlined within the Performance Work Statement (PWS). c. Listing of all subcontractors, along with a description of specific work that will be performed by each. d. Relevant Work References, as follows: Offerors shall provide contract references for relevant, similar systems. Each reference shall have been awarded within the last five years. At least two (2) such work experience references shall be provided. Offerors shall forward the references via the "Work References Form" at Attachment 003. A separate form shall be submitted for each reference. All blocks on the form shall be completed; if any item does not apply, the contractor shall enter "N/A" and/or provide an explanation as to why it does not apply. Relevant means contracts/task orders that demonstrate the Offeror has successfully provided x-ray conveyor systems similar in scope and complexity to the Performance Work Statement (PWS) requirements of this RFQ. EVALUATION CRITERIA FOR TECHNICAL CAPABILITY Based on the information the offeror provides, a rating of "Acceptable" or "Unacceptable" will be assigned to the quote, as follows: Acceptable: The offeror provided a capability statement and/or capability literature and/or capability brochure; AND the offeror provided a minimum of two (2) work experience references for relevant, similar systems, which were successfully performed and for which award was made within the last five (5) years; AND the offeror's Gantt chart reflected a clear understanding of the tasks required to complete the work effort. Unacceptable: The offeror provided neither a capability statement, nor capability literature, nor capability brochure; and/or the offeror provided no references or only 1 reference; and/or one or more of the references provided is not relevant, which resulted in the offeror not providing the minimum number of required relevant references; and/or the references provided were for contracts that were awarded more than five (5) years ago; and/or the referenced work was not successfully performed; and/or the offeror's Gantt chart did not reflect a clear understanding of the design process required to complete the work effort. Note: The Government may choose to contact Points of Contact as listed on the Work Reference Forms. Information gleaned from these contacts may be utilized in making the Technical Capability rating. BASIS FOR AWARD Award will be made to the offeror whose offer is determined to be Technically Acceptable, who provides the lowest Total Evaluated Price, who is deemed responsible, and whose quote conforms to the solicitation requirements. In accordance with FAR 52.212-1(g), the Government intends to make an award without discussions. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. Total Evaluated Price is calculated as: Total Evaluated Price = CLIN 0001 Price + CLIN 0002 Price Only those quotes determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. Award will be made on a Firm Fixed Price basis. LISTING OF ATTACHMENTS Attachment 0001, Performance Work Statement Attachment 0002, FAR Clause 52.225-2 Attachment 0003, Work References Form CLAUSES The following Federal Acquisition Regulation (FAR) commercial clauses apply to this solicitation (clauses may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Alt I, Offeror Representations and Certifications-Commercial Items Alternate I FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Within FAR 52.212-5, the following optional clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.219-4 Alt I, Notice of Total Small Business Set Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting FAR 52.219-16, Liquidated Damages-Subcontracting Plan FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50, Combatting Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text messaging While Driving FAR 52.225-1, Buy American Act - Supplies FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-40, Providing Accelerated Payments to Small Business subcontractors DFARS 52.203-3, Gratuities DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.215-7008, Only One Offer DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.227-7015, Technical Data-Commercial Items DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations DFARS 252.247-7023, Transportation of Supplies by Sea The following additional clauses apply: FAR 52.225-2, Buy American Act Certificate FAR 52.247-34, FOB Destination Local Clause 52.0000-4502 TECHNICAL DATA PACKAGE INFORMATION, AND DISTRIBUTION AND DESTRUCTION OF RESTRICTED TECHNICAL DATA Nov 2012 (a) Army Contracting Command - Rock Island (ACC-RI) will no longer make Technical Data Packages (TDPs) available for order via CD-ROMS. TDPs will be obtained electronically via the link(s) below which will direct you to the Federal Business Opportunities (FBO) website. You must have an FBO account prior to accessing any TDP(s). To register for an account in FBO, please visit http://www.fbo.gov/index and click on "Register Now" under Vendors/Citizens. The toll free FBO helpdesk phone number is (866) 606-8220 and for international (334) 206-7828. Vendors are responsible for placing correct information in FBO. (b) You may need to use special software to view the documents that we post to the FBO. This viewing software is freeware, available for download at no cost from commercial websites like Microsoft and Adobe. Additionally, some TDPs may require Lucent Viewer to view the TDP(s) which is available as freeware at: http://www.ecedi.com/. (c) The TDP(s) for this solicitation will be accessible via the FBO website (as described below) from the date of issue through the time specified in the solicitation for receipt of offers. (d) FOR UNRESTRICTED TDPs: (1) TDPs for this solicitation are unrestricted and can be accessed electronically via the FBO website. The URL will take you to that CLIN's web-located TDP. You must have an FBO account prior accessing the TDP. (2) To access the TDP(s), click directly on the link provided below to be directed to the TDP. You may also copy and paste the link into your browser and hit the Enter key. You will be prompted for your FBO username and password prior to gaining access to the TDP. CLIN: -1- TDP Link (URL): -2- (e) FOR RESTRICTED TDPs: TDPs and any other related documents, if applicable, for this solicitation is restricted and can be accessed electronically via the FBO website, with valid contractor login credentials. TDPs and any other related documents are posted with various options, such as Restricted and Export Control. These additional controls are described below: (1) Access to RESTRICTED TDPs Technical Data Packages that have been marked as 'Restricted' can be accessed electronically via the FBO website, with valid contractor login credentials. TDPs that have been marked as 'Restricted' will require approval from the Contracting Officer prior to gaining access to the requested information. To request access click on the link(s) provided below, log in to FBO, click on the "packages" sub-tab and then click on the "request explicit access" button. Completion of a "Use and Non-Disclosure Agreement" may be required prior to gaining access to the TDP. Please allow 2-3 working days to process your request. You will receive a system generated email from FBO stating you have been granted permission for viewing or downloading the TDP items. (2) Access to EXPORT CONTROL TDPs (i) TDPs that have been marked as 'Export Control' can be accessed electronically via the FBO website, with valid contractor login credentials. In addition, to obtain access to these TDPs, vendors and contractors must have a current DD 2345, Militarily Critical Technical Data Agreement on file with Defense Logistics Information Service (DLIS). If you do not have an approved DD 2345, Militarily Critical Technical Data Agreement on file with DLIS then you will not be able to access the TDP. To obtain certification, go to http://www.logisticsinformationservice.dla.mil/jcp/, click on documents and follow instructions provided. Processing time is estimated at five working days after receipt. (ii) TDPs that have been marked as ‘Export Control' will require approval from the Contracting Officer prior to obtaining access to the requested information. To request access click on the link(s) provided below, log in to FBO, click on the "packages" sub-tab, enter your Marketing Partner Identification Number (MPIN) and click on the "request explicit access" button. The requestor must be the "data custodian" that is listed on the DD 2345. Please allow 2-3 working days to process your request. If the company MPIN changes the user will be required to verify the MPIN again to gain access to ‘Export Control' TDP(s). Completion of a "Use and Non-Disclosure Agreement" may be required prior to gaining access to the TDP. You will receive a system generated email from FBO stating you have been granted permission for viewing or downloading the TDP items. (iii) If multiple individuals in your company need access to the Export Control TDP for a solicitation, it can be obtained from your data custodian that is listed on the DD 2345. (iv) TDPs that have an Export Control Warning Notice are subject to the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et.seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C, App. 2401 et. seq. CLIN: 0001, 0002 TDP Link (URL): https://www.fbo.gov/notices/24c1521f4b4a90b2b5bc0d80951b5a4b (3) Further dissemination of Restricted TDPs must be in accordance with provisions of DoD Directive 5230.25. This also applies to distribution of the TDP to all SUBCONTRACTORS at every level. (4) Upon completion of the purposes for which the restricted technical data has been provided, the Contractor is required to destroy all documents, including all reproductions, duplications, or copies thereof as may have been further distributed by the Contractor. Destruction of this technical data shall be accomplished by: shredding, pulping, burning, or melting any physical copies of the TDP and/or deletion or removal of downloaded TDP files from computer drives and electronic devices, and any copies of those files. (f) Questions related to registration in FBO should be directed to http://www.fbo.gov/index. The FBO helpdesk phone number is (866) 606-8820. Vendors are responsible for placing correct information in FBO. A user guide for FBO can be found at http://www.fbo.gov/index - on the right of the screen is User Guides - click on "Vendor". Local Clause 52.0000-4834 (May 2014), AMC-Level Protest Program 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, 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 General Accounting Office 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. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax number (256) 450-8840 Or E-mail: usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel to obtain the AMC-Level Protest Procedures. DEADLINE FOR QUOTE SUBMISSION Offers are due on Monday, 18 July 2016, not later than 3:30 p.m. Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist lorraine.geren.civ@mail.mil and the Contracting Officer cindy.k.wagoner.civ@mail.mil Offerors should include "Response to W52P1J-16-T-C123" within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and the Contracting Officer. **Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ba27d423caac6f27031933829ef2e2eb)
- Place of Performance
- Address: Crane Army Ammunition Activity, 300 Highway 361, Crane, Indiana, 47522, United States
- Zip Code: 47522
- Zip Code: 47522
- Record
- SN04154138-W 20160619/160617234655-ba27d423caac6f27031933829ef2e2eb (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 |