Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2019 FBO #6502
SOLICITATION NOTICE

J -- SOLE SOURCE ACQUISITION For Equipment Maintenance Lasermet Laser Safety Enclosure and Components System - Package #1

Notice Date
9/12/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-19-Q-0241
 
Archive Date
10/2/2019
 
Point of Contact
Vanessa Garcia,
 
E-Mail Address
vanessa.a.garcia18.civ@mail.mil
(vanessa.a.garcia18.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - B01 - Provisions and Clauses Full-Text Attachment Attachment 1- A02 - PWS - Laser Maintenance Service Description: Disclaimer: 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. NOTICE: INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR Part 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract is to Lasermet, Inc., 10 N. Martingale Rd, Suite 400, Schaumburg, IL 60173-2411. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 published 12 July 2019. For purposes of this acquisition, the associated NAICS code is 541690.The small business size standard N/A-Sole Source. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Base CLIN 0001: Lasermet Laser Safety Enclosure and Components Maintenance Subscription Services in accordance with the Government Performance Work Statement (PWS) Base Year. OPT CLIN 0002: Lasermet Laser Safety Enclosure and Components Maintenance Subscription Services in accordance with the Government PWS Option Year One (1). OPT CLIN 0003: Lasermet Laser Safety Enclosure and Components Maintenance Services in accordance with the Government PWS Option Year Two (2). CLIN 0004: CONTRACTOR MANPOWER REPORTING (CMR)-Not Separately Priced Period of Performance: Year One: 09/27/2019 - 09/26/2020 Year Two (Option): 09/27/2020 - 09/26/2021 Year Three (Option): 09/27/2021 - 09/26/2022 Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: II. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. III. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. IV. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED SUSPENDED OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 52.222-51 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT (MAY 2014) DFARS: 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7004 SAFETY OF FACILITIES, INFRASTRUCTURE, AND EQUIPMENT FOR MILITARY OPERATIONS (OCT 2010) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) V. The following additional contract requirement(s) or terms and conditions apply: FAR: 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (OCT 2018) 52.213-2 INVOICES (APR 1984) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS: 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.225-7048 EXPORT CONTROLLED ITEMS (JUNE 2013) 252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2018) Full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document: 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT CONTRACTOR MANPOWER REPORTING NON-PERSONAL SERVICES DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE EXERCISE OF OPTION PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERTIFICATE (ARL) PAYMENT INSTRUCTIONS SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOV'T-CONTRACTOR RELATIONSHIPS EXCEPTIONS IN PROPOSAL ADELPHI CONTRACTING DIVISION WEBSITE PAYMENT TERMS CONTRACTOR MANPOWER REPORTING (CMR) VI. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. VII. The following notes apply to this announcement: NONE. VIII. Offers are due on 17 September 2019, by 11:59 AM Eastern Standard time (EST), via email to Vanessa Garcia, vanessa.a.garcia18.civ@mail.mil. Please reference solicitation W911QX-19-Q-0241 on any correspondence. IX. For information regarding this solicitation, please contact Vanessa Garcia, vanessa.a.garcia18.civ@mail.mil. Please reference solicitation W911QX-19-Q-0241 on any correspondence. Place of Performance: ARL Facility Set Aside: N/A-Sole Source
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a71f7c0d591614efa99e6e8703444570)
 
Place of Performance
Address: 2800 Powder Mill Rd, Aldelphi, Maryland, 20783, United States
Zip Code: 20783
 
Record
SN05441510-W 20190914/190912230852-a71f7c0d591614efa99e6e8703444570 (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.