SOLICITATION NOTICE
54 -- Purchase and installation of Pine Bluff Explosive Destruction System (PBEDS) steps, door platforms and ramps. - SOW
- Notice Date
- 9/2/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-16-T-0220
- Archive Date
- 10/18/2016
- Point of Contact
- William J. Yongue, Phone: 4438614727
- E-Mail Address
-
william.j.yongue.mil@mail.mil
(william.j.yongue.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work COMBINED SYNOPSIS/SOLICITATION W91ZLK-16-T-0220 Purchase and installation of Pine Bluff Explosive Destruction System (PBEDS) steps, door platforms and ramps. 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-85. The solicitation number is W91ZLK-16-T-0220. This requirement is under North American Industry Classification System (NAICS) Code 332311, all other miscellaneous chemical and preparation manufacturing, with a Business Size Standard in number of employees of 750. The solicitation is being issued as a 100% small business set-aside. The Government contemplates award of a Firm-Fixed Price contract under FAR Part 12, Acquisition of Commercial Items. The Contractor shall provide all tools, materials, equipment, transportation, technical expertise and incidental services necessary to perform the installation of the steps, ramps and platforms in accordance with the attached Statement of Work. A cover letter shall accompany the offeror(s) proposal and should consist of the following data: Company Name: Company Address: Contact Name: Contact E-Mail: Contact Number: Cage Code: Overall Total: Site visit for all prospective contractors and customer POC will be held at Building 54-160, PBEDS Site on Wednesday, 14 September 2016 at approximately 0900. Vendors are highly encouraged to attend the site visit. All questions will be answered by the technical POC at the site visit. The primary purpose of the site visit is to provide an opportunity for vendors to have a better understanding of exactly what requirements have to be met from a safety standpoint for steps and ramps. Also with an opportunity to visit the site, vendors will be able to visualize precisely the best products that they can provide to us. *Site Visit Special Instructions- All vendors attending the site visit must report to Building 17-130 Pass and ID at 0800 to acquire a visitor pass. A visitor pass can be obtained with a valid driver's license and vehicle registration. Take Exit 32 off I530 South, Pine Bluff Ar. Turn left and continue straight through intersection to Plainview Gate, Pine Bluff Arsenal. Pass and ID will be on your left just before Gate Entrance. After acquiring visitor Badge prospective Contractors will then be escorted to Bldg. 54-160 at PBEDS by the technical POC, Dale McClellan. Mr. McClellan can be reached at 870-550-6981 or 870-540-3118. The purpose of this site visit is to provide potential offerors the opportunity to view the installation site for the required steps, ramps and platforms. The Requiring Activity is not authorized to obligate the Government to anything such as price or schedule. The Requiring activity may field questions regarding the solicitation and all answers will be posted to the solicitation as an amendment. Any changes to the requirement will also be discussed and posted by amendment to the solicitation if necessary For questions concerning this solicitation, offerors shall contact William Yongue at william.j.yongue.mil@mail.mil. Any/all questions shall be submitted no later than 19 September 2016 at 1000 EST. All questions will be answer via an amendment to the solicitation. NO TELEPHONE REQUESTS WILL BE HONORED. All proposals are due no later than 1000 HRS on Monday, 3 October 2016 to William Yongue at the following e-mail address: william.j.yongue.mil@mail.mil Proposals shall be submitted in electronic format. No telegraphic or hard copies of proposals will be accepted. Contract Line Item Number(s): CLIN 0001: Side Platform w/ Ramp QUANTITY: 1 UNIT: Job OVERALL PRICE: ________ The contractor shall provide a platform with ramp completed in strict accordance with the contract specifications referenced herein. CLIN 0002: Door Platform w/ Steps QUANTITY: 1 UNIT: Job OVERALL PRICE: ________ The contractor shall provide a platform with steps completed in strict accordance with the contract specifications referenced herein. CLIN 0003: Door Platform w/ Steps QUANTITY: 2 UNIT: Job OVERALL PRICE: ________ The contractor shall provide a platform with steps completed in strict accordance with the contract specifications referenced herein. CLIN 0004: Ramp QUANTITY: 1 UNIT: Job OVERALL PRICE: ________ The contractor shall provide a ramp completed in strict accordance with the contract specifications referenced herein. CLIN 0005: Deck & Ramp QUANTITY: 1 UNIT: Job OVERALL PRICE: ________ The contractor shall provide a platform with steps completed in strict accordance with the contract specifications referenced herein. CLIN 0006: Shipping & Installation QUANTITY: 1 UNIT: Job OVERALL PRICE: ________ The contractor shall provide a cost for shipping of material as well as all cost associated with the installation of all materials. **Note** Firm Fixed Priced cost shall include all labor associated with delivery of material. **Note** F.O.B Destination, no shipping cost will be funded separately. 52.212-1, Instructions to Offerors - Commercial (Oct 2015) applies to this acquisition and is hereby incorporated by reference. There are no addenda to this provision. 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract without discussions resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and technical factors considered. The following technical factors shall be used to evaluate offers: This is a Lowest Price Technically Acceptable (LPTA) award. The following factors will be evaluated to determine offeror's technical acceptability. All equipment and materials must meet the specifications within the attached Statement of Work. Contractors must exhibit a clear understanding of the requirement and the work to be performed. The contractor must be found technically acceptable in all factors in order to be considered for award. 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items (Nov 2015) applies to this acquisition and is hereby incorporated by reference. All proposals from responsible sources will be fully considered. Offerors, who are not registered in the System for Award Management (SAM) prior to award will not be considered. Offerors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items (May 2015) applies to this acquisition and is hereby incorporated by reference. Addenda to FAR 52.212-4 1. Stop Work Order, FAR Clause 52.242-15 (August 1989) [In accordance with FAR 42.1305 (b)(1) and FAR 12.302, the clause at FAR 52.242-15, Stop Work Order is incorporated herein.] (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if- (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (End of clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2016) applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (4) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). (7) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (8) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). (9) 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). (10) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (11) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). (12) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (13) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (14) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (15) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). (16) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (17) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). (18) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (19) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (20) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (21) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). The following provisions and clauses are incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.203-5 Covenant Against Contingent Fees MAY 2014 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.209-5 Certification Regarding Responsibility Matters OCT 2015 52.209-7 Information Regarding Responsibility Matters JUL 2013 52.216-2 Economic Price Adjustment - Standard Supplies JAN 1997 52.217-5 Evaluation Of Options JUL 1990 52.242-13 Bankruptcy JUL 1995 52.243-1 Changes - Fixed Price AUG 1987 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-16 Responsibility For Supplies APR 1984 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating To Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DEC 2015 252.204-7006 Billing Instructions OCT 2005 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 252.211-7003 Item Unique Identification and Evaluation FEB 2014 252.211-7006 Passive Radio Frequency Identification SEP 2011 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7012 Preference for Certain Domestic Commodities FEB 2013 252.225-7048 Export - Controlled Items JUN 2013 252.227-7015 Technical Data - Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 The following provisions and clauses are incorporated by full text: 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from a Contracting Officer from ACC-APG, Tenant Division, located at 6001 Combat Drive, Aberdeen Proving Ground, Maryland. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 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): farsite.hill.af.mil (End of provision) 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): farsite.hill.af.mil 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (Oct 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (Oct 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312. Form 4414 or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(l) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act. 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in section 743 of division E. title VII of the Consolidated and Further Continuing Appropriations Act. 2015 (Pub. L. 113-235) may be prohibited if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) Use of Cell Phones While Driving (Oct 2012) ACC-APG 5152.204-4903 Cell phone use is prohibited while driving on Department of Defense (DoD) installations, unless vehicle is safely parked or unless a hands-free device is used. Wearing of any other portable headphones, earphones, or other listening devices (except for the hands-free cellular phones) is prohibited. AMC-LEVEL PROTEST PROGRAM (Aug 2012) ACC-APG 5152.233-4900 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 the General Accounting 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. 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 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. IDENTIFICATION OF CONTRACTOR EMPLOYEES (Oct 2012) ACC-APG 5152.237-4901 a. All contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor's company name and employee's name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches tall by 3 inches long. A company logo may be placed on the badge, at the company's discretion. No other items may be placed on the badge. b. Contractor workspace (office, laboratory, and desk) shall contain a sign signifying the space is occupied by "contractor employee(s)" to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officer's Representative (COR). c. Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars, or any other situations where their contractor status is not obvious. d. All contractor correspondence (written, facsimile, and email display) shall include their company name, and any other documents or reports produced by contractors are identified as contractor products or contractor participation is disclosed. NO TELEPHONE INQUIRES WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/68cc0c6f0a14376ba36b4f8d3515af23)
- Place of Performance
- Address: U.S. Army, Pine Bluff Arsenal, Pine Bluff, Arkansas, 71602, United States
- Zip Code: 71602
- Zip Code: 71602
- Record
- SN04254517-W 20160904/160902235515-68cc0c6f0a14376ba36b4f8d3515af23 (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 |