SOLICITATION NOTICE
66 -- Data Acquisition Systems and Instrumentation Equipment Master BPA
- Notice Date
- 11/5/2024 6:47:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ25Q1689
- Response Due
- 11/21/2024 11:00:00 AM
- Archive Date
- 12/06/2024
- Point of Contact
- Jennifer Hoben, Allison Hudson
- E-Mail Address
-
Jennifer.Hoben@usace.army.mil, allison.b.hudson@usace.army.mil
(Jennifer.Hoben@usace.army.mil, allison.b.hudson@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice for Data Acquisition Systems and Instrumentation Equipment. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The US Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) Geotechnical and Structures Laboratory (GSL) in Vicksburg, MS intends to award multiple, up to three, Master Blanket Purchase Agreements (BPA) for the purchase of Data Acquisition Systems (DAQ) and Instrumentation Equipment (IE) for testing and data capture requirements for GSL.� A BPA is a simplified method of filling anticipated repetitive needs for supplies or services by establishing �charge accounts� with qualified sources of supply. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide the required Data Acquisition Systems and Instrumentation Equipment. The Government anticipates this solicitation will result in multiple awards, up to three. Ordering shall be for a period of five (5) years or a total combined $5,200,000.00 in capacity is utilized unless earlier termination.� The Contractor shall furnish all items necessary to supply the Data Acquisition Systems and Instrumentation Equipment needs for GSL in accordance with the attached Description of Requirements (DOR).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07. This procurement is being competed as a 100% small business set aside. The North American Industry Classification System (NAICS) Code for this procurement is 334519, Other Measuring and Controlling Device Manufacturing, with a size standard of 600 employees. This procurement is being conducted in accordance with regulations at FAR Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR 13.303, Blanket Purchase Agreements. The Master BPA does not obligate any funds.� The government shall be obligated only to the extent of authorized orders actually utilized via a properly executed BPA Call.� The Government estimates, but does not guarantee, that the total volume of purchases through this agreement will be a combined $5,200,000.00 over a 5-year period. Individual purchases shall not exceed the Simplified Acquisition Threshold of $250,000.00. There shall be no guaranteed minimum or maximum order limits established and no guaranteed dollar amount of expenditures with the vendor. Actual purchases will be made via properly executed BPA Calls.� All BPA Calls will be initiated at the time the equipment is needed by a warranted Contracting Officer, a warranted Micro-purchase Contracting Officer or a BPA Ordering Authorized Individual.� A Description of Requirement (DOR) for the example BPA Call is attached to this solicitation. Offerors shall provide the following: Technical documentation to show that they can provide the items listed in the DOR. A non-binding price list for the items listed in the master DOR. Please note that all future BPA Calls will be competed amongst the pool established. The Government understands that prices may change. A quote for the Example BPA Call. Quotes shall include all labor, materials, etc. and shipping as FOB Destination. In accordance with FAR 52.212-2 - Evaluation -- Commercial Items, the Government will award up to three agreements resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government.� The following factors shall be used to evaluate offers: 1) Technical � Providing items that at least meet the minimum specifications as defined in the DOR. Technical documentation is required to show the type of equipment proposed in the contractors offer. 2) Price � Price will be evaluated to determine the award of the Example BPA call based on the DOR for the Example BPA Call. This will also determine the three lowest quotes. A master BPA will be issued to the three lowest quotes provided. Basis of Award: Master Blanket Purchase Agreements will be made to up to three offerors that are technically acceptable and provide the lowest quote for the Example BPA Call. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote. The Government intends to evaluate offers and award up to three agreements without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.� Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov. Before a complete evaluation of your quote can be made the Offeror must provide ""Offeror Representations and Certifications"" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. �Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package. It will be the offeror�s responsibility to frequently check the Sam.gov website where the synopsis/solicitation is to be posted for any amendments/changes to the RFQ and closing date.� Any offers submitted after the response date and time will be considered late and will not be evaluated.� The following FAR clauses and provisions may apply to this acquisition: 52.203-3 Gratuities 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions� 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.211-6 Brand Name or Equal 52.211-17 Delivery of Excess Quantities 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offerors Representations and Certifications- Commercial Products and Commercial Services, ALT I (DEVIATION) 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Products and Commercial Services (DEVIATION) 52.219-1 Small Business Program representations (DEVIATION) 52.222-20 - Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000� 52.223-10 Waste Reduction Program 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.� 52.232-8 Discounts For Prompt Payment 52.232-39 Unenforceability of Unauthorized Obligations 52.246-2 Inspection Of Supplies--Fixed Price 52.247-34 F.O.B. Destination� 52.252-2 Clauses Incorporated by Reference Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-27 Prohibition on a ByteDance Covered Application 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns (DEVIATION), (CD 2024-O0002) 52.219-14 Limitations on Subcontracting 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer � System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233- 3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim The full text of these FAR clauses can be accessed electronically at website: https://www.acquisition.gov/browse/index/far The following DFARS Clauses and Provisions may be applicable to this acquisition: 252.203-7000 Requirement Relating to Compensation of Former DoD officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD officials 252.211-7003 Item Unique Identification and Valuation 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support������ 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation�� 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications The full text of these DFARS clauses can be accessed electronically at website: https://www.acquisition.gov/dfars Responses should be submitted via email to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and Allison Hudson at Allison.B.Hudson@usace.army.mil no later than 1:00pm Central Standard Time on Thursday, 21 November 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/31cf4a666b5c463c923687bc03fba4c2/view)
- Place of Performance
- Address: Vicksburg, MS, USA
- Country: USA
- Country: USA
- Record
- SN07257638-F 20241107/241105230105 (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 |