SPECIAL NOTICE
59 -- Service Maintenance Contract for Laselec Wiremarking Machine
- Notice Date
- 10/18/2018
- Notice Type
- Special Notice
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W911W6) (AATD) (SPS), LEE BLVD BLDG 401, FORT EUSTIS, Virginia, 23604-5577, United States
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-19-P-0001
- Archive Date
- 10/26/2018
- Point of Contact
- Thomas J Verry, Phone: 7578780086, Laurie Pierce, Phone: 7578782071
- E-Mail Address
-
thomas.j.verry.civ@mail.mil, laurie.a.pierce2.civ@mail.mil
(thomas.j.verry.civ@mail.mil, laurie.a.pierce2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Award Sole Source: The U.S. Army Contracting Command Redstone intends to issue a sole-source, firm-fixed-price contract. This acquisition will be soliciting from a single source, as cited in FAR 13.106-1(b), and will incorporate provisions and clauses currently in effect. The intended source is Laselec, Inc. 2605 N Forum Drive, Grand Prairie, TX, 75052-8925 Cage: 3ZRR4. The solicitation number is W911W6-19-P-0001 and will be issued as a request for quote. The proposed contract action, a commercial services purchase in accordance with FAR Part 13, Simplified Acquisition Procedures, is for the repair, maintenance, periodic calibration, semi-annual preventative maintenance and corrective services to include supplemental parts, labor and incidental travel to service and repair the Laselec Wire Marking Machine (Model Modena SL 110 MDS). The anticipated period of performance of this contract will include one (1) base year and two (2) one year options. The Government does not possess the technical data package (TDP) for the Laselec Machine. The TDP is proprietary to the original equipment manufacturer (OEM) Laselec, Inc. Delivery, Inspection, Acceptance and Freight On Board (FOB) are at destination, Aviation Development Directorate, Fort Eustis, VA 23604-5577. The Statutory Authority permitting Other than Full and Open Competition for this action is U.S.C. 2304(c)(1) as implemented in FAR 6.302-1(a)(2), "Only One Responsible Source and No Other Supplies and Services will Satisfy Agency Requirements". The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors 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; 52.204-16 Commercial and Government Entity Code Reporting; 52.204-18, Commercial and Government Entity Code Maintenance; 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; 52.227-19 -- Commercial Computer Software License; 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; 52.222-3, 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 333999. The small business size standard is 500. The Government will review and consider all quotes received meeting the criteria stated above. 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 Representations and Certifications completed prior to award. Quotes are due not later than 26 Oct 2018, 12:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Thomas Verry at thomas.j.verry.civ@mail.mil. (757-878-0086).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/42cd90310cd3aa4689a47206511726ee)
- Place of Performance
- Address: Aviation Development Directorate-Eustis (Fort Eustis), Bldg 401, Lee Blvd, Fort Eustis, Virginia 23604-5577, United States, Fort Eustis, Virginia, 23604, United States
- Zip Code: 23604
- Zip Code: 23604
- Record
- SN05128848-W 20181020/181018230818-42cd90310cd3aa4689a47206511726ee (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 |