Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2018 FBO #6007
SPECIAL NOTICE

D -- Calibration and Support of Data Acquisition Systems

Notice Date
5/3/2018
 
Notice Type
Special Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-18-T-0002
 
Archive Date
5/24/2018
 
Point of Contact
Beth K Chapman, Phone: 7578784827, Beth K Chapman, Phone: 7578784827
 
E-Mail Address
beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil
(beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Aviation Development Directorate-Aviation Applied Technology Directorate Contracting Office, U.S. Army Contracting Command, intends to award a firm-fixed-price contract. The contract document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-97. Pursuant to FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The intended source is Pacific Instruments Inc., 4080 Pike Lane, Concord, CA 94520. The solicitation number is W911W6-18-T-0002 and is issued as a request for quotation. The proposed contract action, a commercial purchase in accordance with FAR Part 13, Simplified Acquisition Procedures, is for 1 base year and 4 option years of calibration, maintenance and repair of Pacific Instruments data acquisition systems. This support includes on-site calibration of thirty (30) Model 6035 data acquisition cards, on-site calibration of two (2) Model 6042 data acquisition cards, and software support. These data acquisition systems are located at Fort Eustis, Virginia 23604. The offeror shall be required: (1) to calibrate, maintain and repair the Pacific Instruments data acquisition systems to their original specifications; (2) to provide latest versions of the software releases and hardware driver on both systems; (3) to provide on-demand telephone support for the Pacific Instruments PI660 software, which includes customized programs that were written specifically by Pacific Instruments; (4) to provide a calibration report; and (5) to utilize technicians that are properly certified by Pacific Instruments Inc., the manufacturer of the data acquisition systems. Calibration shall be in accordance with Pacific Instruments specifications. Delivery, Inspection, Acceptance and F.O.B. Point are at Destination, Fort Eustis, Virginia 23604. Period of performance is 60 months from contract award with award of all options. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offeror shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Provisions incorporated by reference include FAR 52.203-18, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation; FAR 52.204-7, System for Award Management; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Clauses incorporated by reference include FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-0002, Line Item Specific: Sequential Order; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001); DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; 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 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Representation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. The applicable North American Industry Classification Standard (NAICS) code is 334515. The small business size standard is 750. The offeror must submit invoices through the Wide Area WorkFlow website http://wawf.eb.mil. Also, all offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Quotes are due not later than 9 May 2018, 2:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Beth Chapman at beth.k.chapman.civ@mail.mil (757-878-4827).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1ae2434370cbd75fb63950d319da1fb9)
 
Place of Performance
Address: 401 Lee Boulevard, Fort Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN04910762-W 20180505/180503231133-1ae2434370cbd75fb63950d319da1fb9 (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.