Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2022 SAM #7496
SOLICITATION NOTICE

J -- NSI Preventive Maintenance Services

Notice Date
6/7/2022 10:17:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J22QNS14
 
Response Due
6/15/2022 10:00:00 AM
 
Archive Date
06/30/2022
 
Point of Contact
Jacob Toft, Cindy K. Wagoner, Phone: 3097820182
 
E-Mail Address
jacob.j.toft.civ@army.mil, cindy.k.wagoner.civ@army.mil
(jacob.j.toft.civ@army.mil, cindy.k.wagoner.civ@army.mil)
 
Description
DESCRIPTION This is a combined synopsis/solicitation�for�commercial products�or�commercial services�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. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W52P1J22QNS14. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. The NAICS code for this procurement is 541380; the small business size standard is $16.5M average annual receipts. The Product Service Code is J066. Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation.� The website for SAM is https://www.sam.gov/. Addendum to 52.212-1 DESCRIPTION OF REQUIREMENT Preventative Maintenance on North State Imaging x-ray systems/machines located at Crane Army Ammunition Activity, Crane, IN In accordance with the Performance Work Statement (PWS), as found in Attachment 01. CLIN 0001:� X-ray System Preventive Maintenance CLIN 0002: Repairs ��*See Attachment 02 � Repairs Performance Work Statement* CLIN 1001: Option Year 1, X-ray System Preventive Maintenance CLIN 2001: Option Year 2, X-ray System Preventive Maintenance TYPE OF ACQUISITION AND CONTRACT This Request for Quote and any ultimate Award, is limited to North Star Imaging, Inc. of Rodgers, MN in accordance with the Synopsis associated with this Solicitation. The anticipated award will be a Purchase Order with a Base Year, plus two Option Years as follows: Base Year:������������� Award date � 30 June 2023 Option Year 1:������� 01 July 2023 � 30 June 2024 Option Year 2:������� 01 July 2024 � 30 June 2025 It is expected that the majority of the services will be performed at Crane Army Ammunition Activity, Crane IN. DELIVERY AND LOCATION Delivery of material/parts will be FOB Destination to Crane Army Ammunition Activity, Building 148 300 Highway 361, Crane, IN 47522-5001, in accordance with the following: Crane Army Ammunition Activity Delivery Instructions: CAAA receiving hours are 0700 � 1430, Mon - Thurs BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK). Appointments shall be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)854-2199 or (812)854-2339, 48 hours prior to delivery for appointment. Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away. QUOTE SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: Price � Offerors must submit Completed Pricing Sheet at Attachment 03. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places. Completed Clause at Attachment 04 � FAR 52.204-24, paragraph (d)(1) and (d)(2) Completed Provisions at Attachment 05 � FAR 52.213-3 Alt 1, paragraph (b) only. BASIS FOR AWARD The Government intends to make an award after determination that the price is reasonable, and the offeror is responsible. Price Analysis shall be used to determine price reasonableness; additional methods of price analysis may be used as determined by the contracting officer. These methods of evaluation may include information/input from sources such as (but not limited to) other Governmental agencies and personnel.� The Government reserves the right to require the submission of any data (I.e. Data other Than Certified Cost or Pricing Data necessary to validate the reasonableness of an offer. LISTING OF ATTACHMENTS Attachment 01 � Performance Work Statement Attachment 02 � Repairs Performance Work Statement Attachment 03 � Pricing Sheet Attachment 04 � FAR 52.204-24, paragraph (d)(1) and (d)(2) Attachment 05 - FAR 52.213-3 Alt 1, paragraph (b) only. DEADLINE FOR SUBMISSION Offers are due on June 8th, 2022 no later than 12:00 pm Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist, Jacob.j.toft.civ@army.mil and Contracting Officer, cindy.k.wagoner.civ@army.mil. �Offerors shall include �W52P1J22QNS14 - Response � [Insert Offeror�s Name]� within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer **Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond.� Questions not received within a reasonable time prior to close of the solicitation may not be considered. End of Addendum 52.212-1 SOLICITATION PROVISIONS The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://www.acquisition.gov): FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3 Alt I, Offeror Representations and Certifications � Commercial Products and Commercial Services � Alt I (NOV 2021) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-26, Covered Telecommunications Equipment or Services�Representation (OCT 2020) FAR 52.217-5, Evaluation of Options (JUL 1990) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) The following provisions are provided in full text: DFARS 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (Deviation 2020-O00005)(FEB 2020) (a)� Definitions.� As used in this provision-- ""Agency or instrumentality of the government of Venezuela"" means an agency or instrumentality of a foreign state as defined in section 28 U.S.C. 1603(b), with each reference in such section to ""a foreign state"" deemed to be a reference to ""Venezuela."" ����������� ""Business operations"" means engaging in commerce in any form, including acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce. ""Government of Venezuela"" means the government of any political subdivision of Venezuela, and any agency or instrumentality of the government of Venezuela.� ""Person"" means-- ����������� � (1)� A natural person, corporation, company, business association, partnership, society, trust, or any other nongovernmental entity, organization, or group; � (2)� Any governmental entity or instrumentality of a government, including a multilateral development institution (as defined in section 1701(c)(3) of the International Financial Institutions Act (22 U.S.C. 262r(c)(3)); and � (3)� Any successor, subunit, parent entity, or subsidiary of, or any entity under common ownership or control with, any entity described in paragraphs (1) or (2) of this definition.� (b)� Prohibition.� In accordance with section 890 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92), contracting officers are prohibited from entering into a contract for the procurement of products or services with any person that has business operations with an authority of the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government, unless the person has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (c)� Representation.� By submission of its offer, the Offeror represents that the Offeror-- ����������������������� � (1)� Does not have any business operations with an authority of the Maduro regime or the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government; or � (2)� Has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (End of provision) CLAUSES The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquisition.gov): FAR 52.212-4 - Contract Terms and Conditions � Commercial Products and Commercial Services (NOV 2021) FAR 52.212-5 � Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (JAN 2022) ����������� FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) ����������� FAR 52.204-25, Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021) ����������� FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020)�������� ����������� FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) ����������� FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) ����������� FAR 52.219-28, Post-Award Small Business Program Rerepresentation (SEP 2021) ����������� FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2022) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222-26, Equal Opportunity (SEPT 2016) FAR 52.222-35, Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36, Equal Opportunity for Veterans (JUN 2020) FAR 52.222-37, Employment Reports on Veterans (JUN 2020) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) FAR 52.222-41, Service Contract Labor Standards FAR 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards � Price Adjustments (Multiple Year and Option Contracts) (AUG 2018) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (JAN 2022) FAR 52.233-3, Protest After Award (AUG 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.232-40, (NOV 2021) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (MAR 2022) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) DFARS 252.225-7048, Export-Controlled Items (JUN 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (APR 2020) DFARS 252.244-7000, Subcontracts for Commercial Items (JAN 2021) DFARS 252.247-7023, Transportation of Supplies by Sea�Basic (FEB 2019 Addendum to FAR 52.212-4 ����������� FAR 52.247-34, FOB Destination ����������� DFARS 252.201-7000, Contracting Officer�s Representative� � �� End of Addendum 52.212-4 The following clauses are provided in full text FAR 52.217-8, Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 45 days of the contract expiration date. FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) ��(a)�The Government�may�extend the term of this contract by written notice to the Contractor within�10 days of the contract expiration date; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least�60 days before the contract expires. The preliminary notice does not commit the Government to an extension. ������(b)�If the Government exercises this�option, the extended contract�shall�be considered to include this�option�clause. ������(c)�The total duration of this contract, including the exercise of any�options�under this clause,�shall�not exceed 42 months. DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (a) Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. Invoice 2in1 (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table Field Name in WAWF�������������������� Data to be entered in WAWF Pay Official DoDAAC��������������������� HQ0303 Issue By DoDAAC������������������������� W52P1J Admin DoDAAC**�������������������������� W52P1J Inspect By DoDAAC���������������������� W53W9L���������������������������� Service Approver (DoDAAC)��������� W53W9L Service Acceptor (DoDAAC)��������� W53W9L (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. Not Applicable (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause) **************************************************************************************************� Amendment 01: The purpose of this amendment is to extend the solicitation closing date from June 8th, 2022 to June 15th, 2022 at 12:00pm CST,� incorporate revised Performance Work Statement (Attachment 01) dated June 6th, 2022, and� revised Repairs, Performance Work Statement (Attachment 02) dated June 6th, 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/34a476c148d74d69bfe5eefb3cf78cc1/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN06349650-F 20220609/220607230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.