SOLICITATION NOTICE
L -- ISO Registration Audits
- Notice Date
- 7/25/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H09-08-T-0461
- Response Due
- 8/11/2008
- Archive Date
- 10/10/2008
- Point of Contact
- TzeLeong Steven Chang, 309-782-3557
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2008-19, effective 17 September 2007. The requirement is for ISO 9001:2001 Registration Audits of Research, Development and Engineering Command (RDECOM) Edgewood Chemical & Biological Center Rock Island (ECBC-RI). The ISO 9001:2001 Registration Audit is for a Firm-fixed Priced, 4-years Indefinite Delivery-Indefinite Quantity contract with a minimum guaranteed quantity of one (1) audit and a maximum contract quantity of eight (8) audits. Order Periods under this contract are: Ordering Period 1: Contract Award 31 Aug 2009 Ordering Period 2: 01 Sep 2009 31 Aug 2010 Ordering Period 3: 01 Sep 2010 31 Aug 2011 Ordering Period 4: 01 Sep 2011 31 Aug 2012 Proposals shall include a cost break down and documentation to support all prices proposed (i.e. catalog prices, commercial invoices, price lists, and/or previous contract pricing). Please complete the Price Evaluation Sheet (Attachment 0001) for each Ordering Period and Quantity Range. STATEMENT OF WORK (SOW) See Attachment 0002 The following clauses are applicable to this solicitation: 52.212-1, Instructions to Offerors - Commercial Items. 52.212-3, Offeror Representations and Certifications -- Commercial Items (copy of this provision shall be completed and submitted with the offer). 52.212-4, Contract Terms and Conditions - Commercial Items. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. (Applicability includes Paragraph (a) items 1, 2; (b) items 5, 15, 16, 17, 18, 19, 21, 24, 36; (c) items 1, 2) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. (Applicability includes Paragraph (b) items 17) 252.201-7000 Contracting Officers Representative 252.204-7006 Billing Instructions 52.201-4501 TACOM LCMC (RI), Notice About TACOM LCMC (RI) Ombudsman a. We have an Ombudsman Office here at TACOM LCMC (Rock Island). Its purpose is to open another channel of communication with TACOM LCMC (RI) Contractors. b. If you think that this solicitation: (1) has inappropriate requirements; or (2) needs streamlining; or (3) should be changed, you should first contact the buyer or the (Procurement) Contracting Officer (PCO). c. The buyer's name, phone number and address are on the cover page of this solicitation. d. If the buyer or PCO doesn't respond to the problem to your satisfaction, or if you want to make comments anonymously, you can contact the Ombudsman Office. The address and phone number are: U.S. Army TACOM LCMC (Rock Island) ATTN: AMSTA-AQ-AR (OMBUDSMAN) 1 Rock Island Arsenal Rock Island IL 61299-7630 Phone: (309) 782-3224 Electronic Mail Address: ROCK-OMBUDSMAN@conus.army.mil e. If you contact the Ombudsman, please provide the following information: (1) TACOM LCMC (RI) solicitation number; (2) Name of PCO; (3) Problem description; (4) Summary of your discussions with the buyer/PCO. 52.233-4503 TACOM LCMC (RI), AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: HQ, Army Materiel Command Office of Command Counsel ATTN: AMCCC-PL 9301 Chapek Rd 2-1SE3401 Fort Belvoir VA 22060-5527 Facsimile number (703) 806-8866/8875 Voice Number (703) 806-8762 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/protestlink.htm If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel at (703) 806-8762 to obtain the AMC-Level Protest Procedures. 52.246-4500 TACOM LCMC (RI), Wide Area Workflow-Receipt Acceptance (WAWF-RA) Wide Area Workflow (WAWF) shall be required for use on any resulting contract associated with this solicitation. Contractors will be required to invoice through WAWF and DCMA will use this system to accept the materials for shipment purposes. (a) To comply with the clauses at 252.246-7000, Material Inspection and Receiving Report, and at 252.232-7003, Electronic Submission of Payment Requests, TACOM LCMC (Rock Island) uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. The contractor is required to register and use WAWF at https://wawf.eb.mil. (b) When prompted to send additional email notifications, add tzeleong.steven.chang@us.army.mil. (c) You may use this link for assistance in completing the WAWF documentation: http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox/CreateCIRR.swf (d) Other WAWF training is available from the WAWF main web site, or directly at: http://www.wawftraining.com 52.216-18, Ordering (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from Contract Award to 31 Aug 2012. 52.216-19, Order Limitations (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 audit, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 2 audits; (2) Any order for a combination of items in excess of N/A; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22, Indefinite Quantity (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 31 Sep 2013. The signed offer must be dated and delivered to the following POCs no later than 3:00 PM (Central) on 11 Aug 2008: Ms. Donna Webb, Contracting Officer, donna.webb1@us.army.mil and Mr. Steven Chang, Contract Specialist, tzeleong.steven.chang@us.army.mil. The POC for this solicitation is Mr. Steven Chang, 309-782-3557.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b8ca9959066797e26b9cc89b5cc516e6&tab=core&_cview=1)
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Zip Code: 61299-7630
- Record
- SN01624008-W 20080727/080725225428-b8ca9959066797e26b9cc89b5cc516e6 (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 |