Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2024 SAM #8289
SOLICITATION NOTICE

V -- SMALL BUSINESS SET-ASIDE FOR LABORATORY EQUIPMENT RELOCATION SERVICES FOR 14 PIECES OF LARGE MACHINERY

Notice Date
8/5/2024 5:41:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484110 — General Freight Trucking, Local
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX24Q0239
 
Response Due
8/19/2024 8:59:00 AM
 
Archive Date
09/03/2024
 
Point of Contact
Michelle Mattingly
 
E-Mail Address
michelle.r.mattingly.civ@army.mil
(michelle.r.mattingly.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PLEASE REFER TO ATTACHED PERFORMANCE WORK STATEMENT (PWS) AND COMBINATION SYNOPSIS SOLICIATION DOCUMENT FOR MORE DETAILS ON THIS REQUIREMENT AND THE SOLICITATION MILESTONES. Response Date: 15 August 2024 due via email to the Primary Point of Contact listed in the SAM.gov webpage for this combined synopsis-solicitation. The solicitation milestone schedule is as follows: Milestone Date Solicitation Released 31 July 2024 Q&A Submission Date due by Noon Eastern Daylight Time (EDT) 7 August 2024 Q&A Responses Released to All Offerors by Noon EDT 12 August 2024 Solicitation Closing Date due by Noon EDT 19 August 2024 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: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. IF ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. The solicitation number is W911QX24Q0239. 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 2024-05 as of 22 May 2024. For purposes of this acquisition, the associated NAICS code is 484110.� The small business size standard is $34,000,000.00. 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): CLIN Equipment/ Part No. 0001 PRU (ARCAM EBM) 0002 RPM 222 Laser System 0002 RPM Laser 0002 RPM Laser Chiller 0003 PRO X 350 3D Printer 0004 EOS M290 3D Printer 0004 IPCM M Pro Metal System 0004 EOS M100 0005 RENISHAW AM400 Additive Manufacturing System 0005 ARCAM EBM 3D Printer 0006 HAAS (UMD) 3D Printer 0006 OPTOMEC DED 3D Printer 0006 FURNACE 0006 HAAS MINIMILL Specifications/Requirement: SEE ATTACHED DOCUMENT TITLED �PERFORMANCE WORK STATEMENT (PWS)� Period of Performance: Period of Performance is one (1) year after contract award (ACA). Performance shall take place at 6375 Johnson Road, Aberdeen Proving Ground, MD 21005.� Acceptance shall be performed at 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. The FOB point is Destination. Clauses: The provision at FAR 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: NONE In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. Evaluation Criteria - The specific evaluation criteria to be used are as follows:� In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. �Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specifications Past Performance Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE The clause at FAR 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: FAR: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6, PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.219-33 NONMANUFACTURER RULE (SEP 2021) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019) 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 (JUN 2020) 52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) The following additional contract requirement(s) or terms and conditions apply (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 ATTACHMENT (FOR COMBO SYNOPSIS-SOLICITATION)� document): FAR: 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 (AUG 2020)** 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-20, PREDECESSOR OF OFFEROR (AUG 2020)** 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)** 52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) 52.204-27, PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)** 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) 52.252.-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)** DFARS: 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) 252.225-7055, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022)** 252.225-7056, PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.225-7060, PROHIBITION ON CERTAIN PROCUREMENTS FROM THE XINJIANG UYGHUR AUTONOMOUS REGION (JUN 2023) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2022) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) LOCAL CLAUSES ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT NON-PERSONAL SERVICES DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) RECEIVING ROOM � APG SUPERVISION OF EMPLOYEES WORK HOURS GOV�T-CONTRACTOR RELATIONSHIPS DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL INFO. OTHER THAN COST/PRICE ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. The following notes apply to this announcement: CONTRACT FINANCING The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. ADDITIONAL INSTRUCTIONS In preparing an offer to the Government, please note the following: Government Terms and Conditions will apply to this contract. In the event of a conflict between an offeror/awardee�s terms and conditions and the Government�s terms and conditions outlined in the resultant contract, the Government�s terms and conditions will take precedence and apply. Ensure your quote document is addressed to Contracting Officer Andrew Merdoc, ACC-APG, Adelphi Contracting Division. Ensure your quote document states NET30 100% Payment upon final inspection/acceptance by the Government. Ensure your quote document states FOB Destination. Ensure your quote document includes any shipping/handling fees. Ensure your quote document includes the CAGE/UEID numbers and corresponding Tax ID number associated with the entity that would be eligible to receive an award for this Government requirement. Ensure your quote document includes a contact POC, phone number, and email address. Ensure your quote document includes the required past performance information outlined in the solicitation. �Does your company accept credit card payments WITHOUT any associated charges/fees? NOTE: PayPal is not accepted by the Government. QUESTIONS Offerors may submit questions related to this combined synopsis-solicitation via email to the Primary Point of Contact listed on the SAM.gov webpage for this combined synopsis-solicitation. All questions are due BY NOON EDT ON 7 AUGUST 2024. Questions submitted after the aforementioned due date will not be accepted nor considered by the Government. The Government will address all questions received against this combined synopsis-solicitation by way of a consolidated question and answer (Q&A) document that will be officially added to the SAM.gov webpage for this combined synopsis-solicitation via an official amendment by NOON EDT ON 12 AUGUST 2024. Best and final offers remain due by NOON EDT ON 19 AUGUST 2024. Place of Performance: 6375 Johnson Road, Aberdeen Proving Ground, MD 21005 Set Aside: Total Small Business Set-Aside
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/086e3502185e4d8f8ec848026bb7d0c7/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07156335-F 20240807/240805230116 (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.