SOLICITATION NOTICE
84 -- Electrician's Impact Safety Vest - Statement of Work
- Notice Date
- 3/2/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315990
— Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-17-Q-VEST
- Archive Date
- 4/1/2017
- Point of Contact
- Jason Borja, Phone: 8089895609, Jean T. Greenwood, Phone: 5082336101
- E-Mail Address
-
jason.p.borja.ctr@mail.mil, jean.t.greenwood.civ@mail.mil
(jason.p.borja.ctr@mail.mil, jean.t.greenwood.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Exhibit A - CDRL A001 Specification Package SOW Attachment 1 - Electrician's Vest Prototype - Final Concept Statement of Work (SOW) 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. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is W911QY-17-Q-VEST. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, effective 19 January 2017. The US Army Natick Soldier Research, Development and Engineering Center (NSRDEC) has a requirement for the development and prototyping of an electrician's impact safety vest for sailors working in electrical panels aboard submarines and surface ships. This requirement is solicited as a total small business set aside using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 315990 Apparel Accessories and Other Apparel Manufacturing. The small business size standard is 500 employees. Funds are not presently available for this acquisition. The issuance of this solicitation does not commit the Government to make an award. DESCRIPTION OF REQUIREMENT: 1. The Contractor shall provide all facilities, labor, travel, parts/materials, and supplies to complete the work as described in the Statement of Work (SOW) for this effort and deliver to the Government the design in Exhibit A (CDRL A001). 2. The line items (CLINs) below are anticipated to be included in the resultant contract. The Offeror shall provide prices for CLINs 0001 through 0003 below in its quotation. CLINs 0004 and 0005 are Not Separately Priced (NSP). The cost of CLIN 0004s and 0005 shall be included in CLIN 0001. CLIN 0001 QTY: 1 Job Develop Concepts for Production of Initial Prototypes and Delivery of Initial Prototypes (Qty. 3). CLIN 0002 QTY: 1 Job Modification of Initial Prototypes and Delivery of Revised Version (Qty. 3). CLIN 0003 QTY: 1 Job Production and Delivery of Qty. 75 Prototype Vests. CLIN 0004 QTY: 1 Job Specification Package, CDRL A001 - Exhibit A. (The cost of this CLIN is included in CLIN 0001). CLIN 0005 NSP Contractor Manpower Reporting. (The cost of this CLIN is included in CLIN 0001). SUBMISSION REQUIREMENTS: The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Failure to include any of the items below may render the Offeror non-responsive. Responses to this announcement shall include: 1. A Firm Fixed Price quote, inclusive of all charges and with FOB Destination shipping terms, for the requirement stated above. The quotation shall not include taxes (tax exempt certificate may be provided to the awardee upon request). The response to this solicitation shall include company name and address, CAGE Code, DUNS Number, Point of Contact name and e-mail address, and acknowledgement of amendments to this solicitation (if any). 2. Completed and signed representations and certifications. As prescribed in DFARS 252.204-7004, interested parties must be registered with System for Award Management (SAM) under the NAICS 315990. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the Government may not delay award for the purpose of allowing an offeror time to register in SAM. ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA: Award will be made to the responsible (See also DFARS 252.213-7000), responsive Offeror whose offer represents the Lowest Price Technically Acceptable offer based upon the description of the requirement, to include the Statement of Work provided with this solicitation. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated by reference: Provision 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition and Addenda to this clause are contained in the section entitled "SUBMISSION REQUIREMENTS" above. Provision 52.212-2 Evaluation -- Commercial Items, applies and specific evaluation criteria to be used are contained in the section "ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA" above. Provision 52.212-3 Offeror Representations and Certifications -- Commercial Items Alt 1, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 3 above. Clause 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition; and the Product Description/Statement of Work (SOW) and additional terms and conditions below shall be included as addenda to this clause. IAW FAR 52.212-4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019), applies to this acquisition. ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.219-1 (ALT 1) Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.227-1 (ALT 1) Authorization and Consent 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement 52.227-3 Patent Indemnity 52.227-6 Royalty Information 52.227-9 Refund of Royalties 52.227-11 Patent Rights -- Ownership by the Contractor 52.232-23 (Alt 1) Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B. Destination 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-0001 Line Item Specific: Single Funding 252.204-7000 Disclosure of Information 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7006 Billing Instructions 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to litigation Support contractors 252.211-7003 Item Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance Of Payments Program-Basic 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.227-7015 Technical Data-Commercial Items 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions 252.227-7025 Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends 252.227-7027 Deferred Ordering of Technical Data or Computer Software 252.227-7028 Technical Data or Computer Software Previously Delivered to the Government 252.227-7037 Validation of Restrictive Markings on Technical Data 252.227-7039 Patents--Reporting of Subject Inventions 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation by Sea 252.247-7024 Notification of Transportation of Supplies by Sea 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 this/these address(es): http://farsite.hill.af.mil/ (End of Provision) 52.252-2 Clauses Incorporated by Reference 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/ (End of Clause) SUBMISSION OF PROPOSALS: The responses to this solicitation/synopsis shall be submitted VIA E-MAIL ONLY. ENSURE THAT THE E-MAIL IS CLEARLY MARKED IN THE SUBJECT LINE WITH THE SOLICITATION NUMBER, REQUIREMENT, AND THE IDENTITY OF THE SUBMITTING FIRM. Quotes may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your quote. Proposals shall be submitted electronically to Jason Borja and Jean Greenwood at the Natick Contracting Division via jason.p.borja.ctr@mail.mil and jean.t.greenwood.civ@mail.mil. All proposals shall be submitted by 4:00 pm EDT on 17 March 2017. Quotes will only be accepted electronically via the e-mail address provided above. It is the Offeror's responsibility to confirm that their proposal submission has been received. Offerors will not be reimbursed for any costs resulting from quotation preparation or costs associated with inquiring about or responding to this solicitation. QUESTIONS: Questions regarding this solicitation must be sent to Jason Borja and Jean Greenwood at the above listed email addresses. The deadline for questions is four (4) business days prior to the deadline for quotations/proposals. Offerors are encouraged to not wait until just prior to the deadline to submit questions, but to submit their questions as soon as possible. The Government is under no obligation to answer questions received after the deadline, however, the Contracting Officer reserves the right to address questions received after this deadline if deemed in the best interest of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e7c570d0f27be740c0f6bc39c9932f11)
- Place of Performance
- Address: US Army Natick Soldier Research, Development and Engineering Center (NSRDEC), Natick, Massachusetts, 01760, United States
- Zip Code: 01760
- Zip Code: 01760
- Record
- SN04421588-W 20170304/170302235958-e7c570d0f27be740c0f6bc39c9932f11 (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 |