Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2017 FBO #5579
SOLICITATION NOTICE

36 -- Deionized Water System Maintenance and Support - Schedule of Services

Notice Date
3/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-17-T-0046
 
Archive Date
4/14/2017
 
Point of Contact
Lesha N Jones, Phone: 4438614785, Gregory J Jamison, Phone: 4438614742
 
E-Mail Address
lesha.n.jones.civ@mail.mil, gregory.j.jamison.civ@mail.mil
(lesha.n.jones.civ@mail.mil, gregory.j.jamison.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Equipment List Statement of Work Schedule of Services. Please submit in this format. DEIONIZED WATER SYSTEM MAINTENANCE AND SUPPORT Combined Synopsis/Solicitation 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87 (7 March 2016). The solicitation number for this requirement is W91ZLK-17-T-0046. This requirement has been deemed unrestricted under the associated North American Industry Classification System (NAICS) Code 811219, Other Electronic and Precision Equipment Repair and Maintenance. The Government contemplates the award of a Firm-Fixed-Price (FFP) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. Contractor shall provide a price to perform the requirements of the attached Statement of Work (SOW) using the attached schedule of services. This procurement will be evaluated as lowest price technically acceptable for the procurement of the following services: Refer to the Statement of work (SOW) and the equipment list for contract requirement details. INSTRUCTIONS AND INFORMATION TO OFFERORS: 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 lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. A site visit will be conducted prior to the close of this solicitation on 13 March 2017 from 1330-1500. Escorts are required therefore please email the contract specialist (Lesha Jones) NLT Wednesday the 8 March 17 in regards to your attendance. Physical location of site visit is: US Army Public Health Center Building E2100 Bush River Road Edgewood, MD 21010 The price volume shall clearly identify the proposed firm-fixed price unit prices for CLIN's 0001, 1001, 2001. Please see attached Schedule of Services for the format required to submit. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. In order to be considered technically acceptable, Contractor responses shall provide: a. Information in enough detail to show that the Contractor is able to meet the requirements of the Specifications b. Point of contact name and contact information, company CAGE code and DUNS number Partial quotes will not be evaluated by the Government. The Government may reject any proposal that is evaluated to be unrealistic in terms of program requirements, contract terms or conditions, or an unrealistic high or low price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. FAR 52.212-1, Instruction to Offerors-Commercial items, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the Lowest Price Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: Technical, and Price. FAR 52.212-3, Offeror Representations and Certification-Commercial items, applies to this acquisition. Offerors shall include a completed copy of provision with its offer. FAR 52.212-4, Contract Terms and Conditions -Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial items, applies to this acquisition. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 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; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of these FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference. 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 the following address: http://farsite.hill.af.mil FAR and DFARS Clauses Incorporated by Reference are applicable to this acquisition: 52.247-34, F.O.B. Destination; 52.232-39 Unenforceability of Unauthorized Obligations; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.253-1, Computer Generated Forms; 252.232-7010, Levies on Contract Payments; and 252.233-7001, Choice of Law (Overseas). The full text of these FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. FAR and DFARS Clauses Incorporated by Full Text are applicable to this acquisition: 52.204-3, Taxpayer Identification; 52.204-7, System for Award Management; 52.215-6, Place of Performance;52.216-1, Type of Contract; 52.233-2, Service of Protest; 52.246-2, Inspection of Services-Fixed Price; and 252-246-7000, Material Inspection and Receiving Reports. The full text of these FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. DFARS Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 252-212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Order Applicable to Defense Acquisitions of Commercial Items, Clause Incorporated by Full Text, is applicable to this acquisition. The following DFARS clause within the aforementioned clause is being selected as applicable to this acquisition: 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The full text of this FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at www.sam.gov. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. The Defense Priorities and Allocation System (DPAS) do not apply to this acquisition. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer Gregory Jamison and or the Contract Specialist Lesha Jones via email no later than 14:00 p.m. Eastern Time, 10 March 2017, to lesha.n.jones.civ@mail.mil or gregory.j.jamison.civ@mail.mil. Responses to this solicitation must be signed, dated, and received no later than 15:00 p.m. Eastern Time, 30 March 2017. Responses must be sent by email directly to the Contracting Officer Gregory Jamison and or the Contract Specialist Lesha Jones lesha.n.jones.civ@mail.mil or gregory.j.jamison.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/487e43f8f0758c9a33295772ec5a56b7)
 
Place of Performance
Address: US Army Public Health Center, Building E2100, Bush River Road, Edgewood, MD 21010, Edgewood, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04419448-W 20170303/170301235203-487e43f8f0758c9a33295772ec5a56b7 (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.